SOLICITATION NOTICE
59 -- Audio Visual Equipment and Installation to Upgrade Existing Conference Room.
- Notice Date
- 9/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente, ATTN: AMSTA-CM-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- AMSTAA-AQ-0-3602
- Point of Contact
- Dawn VanHulle, 586-574-5973
- E-Mail Address
-
Email your questions to US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente
(vanhulld@tacom.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA Upgrade to 2nd Floor Acquisition Center Conference Room DTV Video and Audio Equipment Solicitation Number: AMSTAA-AQ-0-3602 Opening/Closing: 09-05-2002 Response Date: 09-18-2002 Points of Contact: Dawn VanHulle 586-574-5973 Contracting Officer: Jay Lentz 586-574-7146 Description ? The U.S. Army Tank-automotive and Armaments Command (TACOM) intends to make award as 100% set-aside for small business in the procurement of Audio/Visual Equipment. TACOM is issuing a combined Synopsis/ Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; p roposals will be accepted, however a written solicitation will not be issued. The combined Synopsis/ Request for Proposal (RFP) number is AMSTAA-AQ-0-3602. The solicitation document and incorporated provisions and clauses are those in effect through Fed eral Acquisition Circular 97-14, dated 24 Sep 1999. The associated standard industrial classification code is 334310, with a size standard of 750 employees. Provision at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement and (ii) price. Offeror s are advised to include a complete copy of the Provision at FAR 52.212-3, Offerors Representation and Certification?Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items; applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. This acquisition is rated DOA4. Offers are due no later than 3:00 p.m., local prevailing time on 18 Sept 02. Pro posals should be addressed to: U.S. Army TACOM, Acquisition Center, AMSTA-AQ-ABRD, Attn: Dawn VanHulle Warren, MI 48397-5000. Fax (586) 574-5155. E-mail: vanhulld@tacom.army.mil. Requests for information concerning this solicitation should be made to D awn VanHulle, 586-574-5973 or by e-mail. I. General Information.  Each section of the proposal shall be separable to facilitate review by the Government.  In the event that we select your proposal for award, we will send out a contract for you signature, incorporating the previous terms and conditions, and particulars of your quotation.  A site visit is mandatory due to the fact that the new system will be integrated with existing equipment. A site visit has been prearranged for 10 Sept 03. Please contact the buyer for details at vanhulld@tacom.army.mil  The Government intends to evaluate proposals and to award a single contract without discussions with offerors. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Should discus sions be deemed necessary due to proposal weakness, deficiency, or other issues that must be addressed before award, they will be conducted either orally or in writing, with only those offerors determined to competitive range by successfully meeting the mi nimum requirements. II. Evaluation Factors for Award Award will go to the responsible offeror whose proposal conforms to the solicitation, and represents the best overall value to the Government in terms of the evaluation areas of Technical Capability and Price, subject to proposals being found minimally acc eptable. Because Technical Capability and Price (listed in their descending order of importance) will be considered, the award will not necessarily go to the low offeror. Technical Capability is more important than Price. III. Evaluation of Minimum Requirements Offerors will first be evaluated on an Acceptable/Unacceptable basis to determine whether they satisfy the ?Minimum Requirements? identified in paragraph VII, items 1-10 in Section VII, Minimum Requirements. An offeror will be considered to have an ?Acceptable? proposal only if the proposal is found to clearly meet each of the minimum requirements. Any offer found un acceptable in one or more or the identified minimum requirements will not be considered for further evaluation or award. IV. Best Value Evaluation. In addition to the evaluation of minimum requirements, each offeror shall be evaluated in terms of Technical Capability and Price as follows: A. TECHNICAL CAPABILITY 1. System Quality Proposals will be evaluated to determine the extent to which the system offered exceeds the minimum requirements, outlined in Section VII items 1-10, to the benefit of the Government. Proposals exceeding the minimum requirements will be more favorably con sidered, with preference given to those exceeding the minimum requirements identified in Section VII, items 1, 2, 3 and 4 as listed in their descending order of importance. Item 1 is more important than item 2, item 2 is more important than item 3, and ite m 3 is more important than item 4.  Examples of a proposal exceeding these minimum requirements would be: a) Exceeding the minimum requirement for the following equipment: 1. 4 Port Codec - exceeding example model cited. 2. Fully integrated touch-control panel. b) Exceeding the minimum quantity for the following equipment: 1. Videoconference cameras. 2. High quality VCR w/recording in S-VHS Format. 2. Site Design/Installation The Government will evaluate the offeror?s site diagram configuration. This evaluation will consist of the following: a) Credibility and feasibility of the proposed configuration considering placement of equipment, cabinets and racks that maximizes space and provides an environment conducive to conferencing, meeting, and training activities. b) Feasibility and soundness of the proposed electrical and structural configurations. B. PRICE 1. Price Reasonableness a) The evaluation of price will be performed on the offeror?s proposal for the purpose of determining Price Reasonableness. b) Reasonableness will be evaluated pursuant to FAR 31.201-3 to establish that the price does not exceed what a prudent person in the conduct of competitive business would normally incur. 2. Price Ceiling a) It is reasonable to expect that funding in the amount of $49,000.00 will become available for this acquisition. These funds, if and when they become available, will be utilized for the acquisition of the entire system. It is not anticipated that addit ional funding will be received. b) For evaluation purposes, offers received whose total amount exceeds $49,000.00, shall be deemed unaffordable, and therefore, will not be considered for award. V. Instructions to Offerors Provide an electronic proposal in three sections covering Technical Capability, Price and Site Design/Installation: A. Technical Section. 1. Describe your proposed equipment in relation to each requirement listed in the Minimum Requirements, Section VII. 2. If your offer includes equipment that deviates from those examples cited in Section VII, you must provide information detailing how your proposed equipment meets or exceeds the minimum requirement in terms of technical capability and system quality. B. Price Section. 1. Firm-fixed pricing shall apply. 2. Provide pricing information for each item in your proposal including installation and supplies. C. Site Design/Installation Section. 1. Provide a scaled site diagram, which will include the following: a) Location of all equipment, cabinets, and racks. b) Electrical requirements at each location of installation and overall requirement necessary to support all equipment safely. 2. Provide a brief narrative describing your diagram and how your solution will maximize space and provide an e nvironment conducive to conferencing, meeting, and training activities. VI. Statement of Work Scope/Objective. The goal is to upgrade the conference room to a modern facility utilizing state-of-the-art technology.  The existing DTV and Audio equipment is either old or obsolete and should be replaced.  The ceiling mounted EIKI projector is newer and should not need replacing.  The speakers and microphones in the ceiling and the Dalite Projection screen, (drop down) will remain.  The PC (supplied by TACOM) should be an integral component in the system to allow Internet viewing, slide show presentations, and other computer applications concurrently with a videoconference as well as stand alone.  The dimensions of this conference room are 35? 8? X 19? 8?.  All Commercial warranties shall apply.  The Government will be responsible for telephone lines, LAN lines, ISDN/lines, TWTV/lines, electrical/lights, PC?s/Monitors.  Installation to begin on or about 02 Jan 03 and to be completed on or about 14 Jan 03 allowing at least one week for testing to ensure integrity of the system. VII. Minimum Requirements: The Audio/Visual Equipment must be equal to or better than examples given, must meet current industry standards, and must comply with Section 508 of the Rehabilitation Act of 1973, (29 U.S.C. 794d). Item Quantity Description 1 1 4 Port CODEC with capability of allowing 4 remote sites to dial-in and provide the latest audio and video technology. The unit would be used with at least two in room cameras. Example: Polycom VS4000 2 1 A touch-panel central controls device to control the entire system and room components. Presently there are four different remote control devices used for control of the system. 3 2 A minimum of two high quality wall mounted videoconferencing cameras. Example: Sony Model EVI D100 4 1 A minimum of one high quality videocassette recorder (VCR) capable of recording a videoconference and playback and recording in S-VHS format. 5 1 One (1) additional ISDN line installed to bring a total of four. TACOM will install. 6 1 High-resolution document presenter station, (3-D, opaque and transparent) that will be integral to the system and capable of presenting documents on the conference room screen and at the far site(s) during a videoconference. 7 1 Equipment rack, with lockable door, for consolidation of system components, wiring, cable, and electrical power. 8 - High quality audio amplification, speaker and microphone mixers to support the existing in-ceiling speakers and microphones. 9 - Installation of equipment necessary for the connection of ?guest? laptop computers to the system. This equipment would be wall or rack mounted at the front of the room. 10 - Inclusion of any interface, switching or conversion devices, brackets and mountings, connectors, wiring/cabling etc. necessary for a modern state-of-the-art conference room.
- Place of Performance
- Address: US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente 6501 E. Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00158718-W 20020907/020905213749 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |