Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

D -- Command and Control Rooms

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-2 Louisiana, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
FJB173723T2
 
Response Due
12/19/2003
 
Archive Date
1/3/2004
 
Point of Contact
James Boynton, Information Technology Representative, Phone 504-589-4300, Fax 504-589-4399, - Deborah Drury, Contract Specialist, Phone (504) 589-4349, Fax (504) 589-4399,
 
E-Mail Address
james.boynton@gsa.gov, deborah.drury@gsa.gov
 
Description
Minimum Specifications of A/V system integration, Navy EOC The mission for the Commander Naval Reserve Force ? New Orleans (COMNAVRESFOR) is to implement a small command/control room with a specific audio-visual integration that will meet the needs of all of its users. The need therefore, is for a ?turn-key? audio/visual system capable of supporting the Navy- mission specific tasks and briefings to be located at:4400 Dauphine St., New Orleans, LA 70146. The winning bidder must accomplish the following necessary requirements:Supply the equipment as defined in the bid request. Provide all drawings in electronic format, electronic drawings to be provided by a professional drafting package in current use such as AutoCAD or Microstation, provide copies of both DXF and DWG files for all drawings. Provide files on CD-R (cd recordable) media; in multi-session data format that adhere to ISO/IEC 10149, Philips Orange Book II.. Documentation must include wiring diagrams, functional systems riser, and Rack Layout. All technicians, installation crew, etc. must have current OSHA certifications, GNOIEC. Site must be visited by duly-appointed and approved company safety director, prior to bid opening and during installation. Successful bidder must be able to show 3 projects of similar size and scope. Provide detailed documentation regarding vendor or manufacturer warranties on the various components. Expressed or implied warranties will not be accepted. Bid to be awarded on an All or None basis. Delivery of product is a determining factor of award due to the time sensitive nature. Successful vendor to guarantee delivery within 30 days of award date. Vendor to make a one-time delivery of all equipment in order to ensure receipt of entire order. Successful bidder to provide and accomplish installation of all equipment. Contractor must be licensed per La. R.S. 37:2150-2163 and furnish current license number with proposal. Contractor must also be an authorized reseller of the brands bid. The attached specifications are considered to be the minimum requirements of each product, however, products equal and better will be considered, but all manufacturer specifications must accompany the bid package. Failure to submit specifications is cause for refusal of bid. Successful bidder is responsible for any sales or use taxes associated with this project. Delivery: Delivery of product is a determining factor of award. Inside delivery of all product to be made at 4400 Dauphine Street, Bldg. 603, Room 461. Successful vendor to guarantee delivery of all product within 30 days from date of award, and completion of installation work within 45 days from date of award. Bidder to include all necessary freight, transportation and other charges for inside delivery of all products to address provided by COMNAVRESFOR. NOTE* Successful vendor must make a one-time delivery of all product to COMNAVRESFOR, within 30 days of bid award. Delivery must be scheduled with Navy personnel for date and time. Successful vendor must provide a representative of his/her company, on-site at time of delivery to oversee the delivery and confirm receipt of all parts listed on this bid. All boxes must list quantity, brand name and part number of the items inside each box. Vendor must be an authorized reseller of each product bid, authorized for resale for the state of Louisiana. As part of bid submittal, it is required that each vendor provide wiring diagrams, functional systems riser, and Rack Layouts listing all proposed hardware and cables associated in the system. Also required is CAD drawings of side elevation of proposed displays, as proposed in the room. Failure to submit any of the above drawings is cause for removal of bid. As part of this bid, vendor guarantees completion of work within 45 days from date of award. _________________________________________________ (vendor to sign) General Scope: Successful vendor to provide, deliver and install all equipment and provide all necessary on-site training, troubleshooting, etc. for a complete, functional working system. Vendor must also provide and coordinate on-site training for the end users within 5 days of completed installation of hardware. Supplying vendor to coordinate with Navy personnel to rack-mount equipment within available spaces, as well as connection to LAN line for Navy use in the EOC room. It is the job of the supplying vendor to coordinate all installation work and to properly mount the displays into the existing wall spaces. It is believed that all necessary hardware is provided in the list of equipment specified. As part of submittal of bid, it will be required that each vendor provide a video block diagram listing all hardware and cables associated in the system. It will be the job of the successful vendor to coordinate all electrical requirements with approved Louisiana-certified electrician. COMNAVRESFOR will be providing all electrical work, Owner-Furnished (OFE) computers, LAN connection and Cable TV. Vendor must coordinate control system touch-screen layout pages with Navy personnel within 10 days after date of award. Vendor must have a factory-trained control system programmer on staff, and located within 50 miles radius of the building that equipment is installed. Vendor will coordinate all Control page changes, revisions and approval of control functionality with designated Navy personnel. System Documentation ? 2 Copies are required within 10 days of completion Manufacturer or vendor provided documentation must be presented upon completion. Manufacturer and vendor provided software must be presented upon completion. User must have option to utilize ASSOC desktop computer (with 3 VGA cards), plus connect a desktop and laptop computer to dedicated wall interface, and project computer and video information onto the 4 wall-mounted displays. Desktop computer to have Smart software installed and allow all function of Smart Technologies? SmartBoard software through one of the wall mounted displays. All audio must be routed to surface-mounted speakers. All functions of the A/V system must be provided on a wireless color touchscreen control system to be used anywhere in the room. End users must have capability of sending any of the computer or video sources to any or all of the displays at one time. Power on and off and source select of the plasma displays and volume up/down and channel select for Cable TV will be made available via the Crestron control system. Administrators of this installed system will be able to remotely power on and off the displays, as well as select either the video (VCR/cableTV) source, or the computer (ASSOC or laptop) source. This control will be available using the Control system and small remote controller. Volume can be remotely increased/decreased. The VCR source can be sent to any or all displays at one time. The VCR signal may be a VHS tape for playback, or Cable TV if cable is connected to the VCR. Cable TV channels to be selectable from control touch screen. The computer source can be sent to any or all displays at one time. The PC signal may be any one of the monitor-outputs of the ASSOC system, or a laptop or desktop computer. Scope of Work: In addition to the above-listed minimum requirements of the bid for drawings, etc., the following is to be considered vendor?s scope of work: Wall-mount the 4 plasma displays and mounts with proper bracing/support on same wall. Install and label all signal cabling within walls from displays to equipment rack. Assemble and install equipment rack with all necessary hardware components. Program all Control System code, test and debug system for appropriate commands and executions. Consult with end users on page layouts and train end user upon completion. Install all wall-mounted computer interfaces and custom wall plates. Provide, label and interconnect all cables between sources, switchers, displays, speakers and any other components required in the system. Install qty. 2 surface-mounted speakers in front of room. Establish Ethernet-control of control system and work with Navy personnel to train end users on how to access and control the system remotely. Universal notes for all equipment specified: The following list of parts are recommended parts, however, equal-or-better parts will be evaluated. If bidding other than listed, vendor must provide detailed specifications on the parts being submitted as equals. Successful vendor must be an Authorized Reseller for the items bid, or an Authorized Reseller for the brand of product submitted as equal for this proposal. *US NAVY Facility/Satellite Services or approved electrician to install electrical receptacles for displays and rack prior to installation. Vendor to provide and install at minimum: Qty 4, 42? Plasma displays with wall mounts, Pansonic TH42PHD6UY, or equal. Middle Atlantic ERK-1820 Equipment rack with accessories, or equal. Fully welded construction, solid sides, 2,500 lb. weight capacity , UL Listed in the US and Canada, Seismic rated (UBC Zone 4) for protecting 500 lbs. of essential equipment when used in conjunction with our ERK-Z4 brackets, 16-gauge steel tops, bottoms, & sides, Laser-cut 1/8" thick internal steel braces for strength, 1 pair fully-adjustable front rackrail , Large cable entry in bottom, Grounding and bonding stud installed in base, Configurable top (44, 40, 35 sp.), solid top with fan KO?s (27, 18 sp.), Laser KO?s in side panels for cable pass-through (44, 40, 35 sp. only), Finished in a durable black textured powder coat To include blank rack panels, clamping rack shelves, PD-915R power distribution panel, vented blank panels as needed. Crestron MP2E Control system, or equal. Control system with handheld wireless control touchscreen, rack hardware, volume control and other accessories and programming as needed for this application. Control system, MP2E: ? 2-Series processor built on Motorola's 32-bit 257MIPS ColdFire? technology, 4x2 high-bandwidth video switch with video signal detectors , 7x1 stereo audio switch, 6-band graphic/parametric EQ, Built-in volume, treble and bass control,2 bi-directional COM ports, 4 IR/serial ports, 4 isolated relays, 4 Versiports, 1 IR input compatible with universal IR remotes, 1 Cresnet port, Built-in Web server for remote browser/XPanel control , DHCP/DNS enabled with SSL (Secure Sockets Layer) , PW-2410RU power supply included, Easily configured with Crestron SystemBuilder software ST-VC: Touchscreen: ? 3.6" color touchscreen, 256 color display, Eight programmable push buttons, Wireless RF range of 180 feet provides convenience and versatility, Used with CNRFGWA-418 RF Gateway and any Crestron control system, Ideal for conference rooms, training centers, boardrooms, lecture halls, classrooms and more, Simple to set-up and operate and can be easily customized to meet specific user needs, Compact, ergonomically-designed shape blends in with any high-technology environment, Includes long-lasting NiMh batteries and its own docking station, Programmable using Crestron's VT-Pro-e software SmartBoard overlay for 42? plasma display, or equal. Overlay to have the following: Touch System DViT (Digital Vision Touch) technology, developed by SMART (patents pending), lets you use your finger as a mouse and write on the screen ? without any special tools. DViT technology uses cameras in the corners to track contact on the screen. SMART Pen Tray Optical sensors automatically detect when a stylus or the eraser is selected, while buttons activate the on-screen keyboard and right mouse click. Whisper-tip styluses and eraser included. SMART Board Software Write over top of any computer application, write and edit notes, and save everything in a single file. The numerous features include Notebook software, which captures annotations and saves your notes, SMART Recorder (Microsoft Windows systems only), which saves audio and data for playback as a synchronized file, and SMART Video Player, which enables you to write over top of moving or still video. Display Control Strip Controls your display settings from the overlay (requires an available COM port). Sleep Mode blanks screen to prevent image burn-in. Input Source Select scrolls through video and image options. Display Mode scrolls through screen width options. Panel Control Menu accesses your panel remote control options. Protective Surface Touch-friendly surface reduces glare and protects your panel. Mounting Brackets Four brackets securely attach the overlay to your panel. JVC Model # HRS3902U, S-Video VCR, or equal.  High resolution Super VHS and VHS  Hi-Fi Stereo with MTS decoder  Super VHS ET Recording  Dual azimuth - 4 video heads + 2 Hi-Fi audio heads  VCR Plus+ ("Cable Eye" cable box control ready)  Multi lingual color on screen menu  Instant review/auto index  181 channel tuner  S-Video output on back panel  Front AV inputs  AV outputs on rear panel  Dimensions: (WxHxD) 17 3/16" x 3 3/4" x 9 3/4"  Includes multi-brand TV/Cable/DBS compatible remote w/glow keys Qty. 2 JBL Control 25 speakers, white, with mounting hardware, or equal. ?80 Hz to 16 kHz frequency range (-10 dB) ?150 watts continuous program power capacity ?88 dB sensitivity (1W/1m) ?8 ohms nominal impedance ?3 kHz crossover frequency ?High-Impact Polystyrene (HIPS) enclosure ?Spring-loaded input terminals ?Dimensions (HxWxD): 236 mm x 188 mm x 148 mm (9.3 in x 7.4 in x 5.8 in) ?Net Weight: 2.3 kg (5 lb) Qty. 3, Altinex DA1910SX computer interfaces, or equal. Analog computer-video interface to include one female 15-pin input, one buffered local monitor output, and main 5- BNC output for main display. To include VGA cables with audio pigtails for source PC?s. Kramer KR-103YC 1x3 S-Video Line Amplifier, or equal. One in, 3-out S-Video line amplifier with bandwidth greater or equal to 450 MHz. Extron Crosspoint 84 HVA switcher, or equal. Warranty 3 years parts and labor Extron CIA 112-1 in-wall computer interface, or equal. Analog computer-video interface that features two female 15-pin inputs with audio, two buffered local monitor outputs, and openings for up to four Mini Architectural Adapter Plates (MAAPs). To include all necessary blank modules and VGA cables with audio pigtails for source PC?s. Minimum specifications: Video Gain Unity Bandwidth 400 MHz (-3dB) Video input and loop-through Number/signal type 2 VGA_UXGA, Mac, Sun RGBHV, RGBS, RGsB 2 buffered local monitor loop-throughs identical to the inputs Connectors 4 female 15-pin HD Nominal level 0.7V p-p for RGB Minimum/maximum levels Analog:: 0.3V to 1.5V p-p with no offset at unity gain Impedance 75 ohms Horizontal frequency 30 kHz to 130 kHz Vertical frequency 30 Hz to 120 Hz Return loss <-40dB @ 5 MHz Video output Number/signal type 1 RGBHV, RGBS, RGsB (if input is RGsB) Connectors 5 BNC female on 4" (10.2 cm) pigtails Nominal level 0.7V p-p for RGB Minimum/maximum levels Analog:: 0.3V to 1.5V p-p Impedance 75 ohms Return loss <-50dB @ 5 MHz DC offset ?6.0mV maximum with input at 0 offset Sync Input type RGBHV, RGBS, RGsB Output type RGBHV, RGBS, RGsB Input level TTL: 5.0V p-p Output level TTL: 5.0V p-p, unterminated Input impedance 510 ohms Output impedance 75 ohms Max. propagation delay 80 ns Max. rise/fall time 1 ns Polarity Positive or negative (follows input) Audio Gain Unbalanced output: 0dB Frequency response 20 Hz to 20 kHz, ?0.4dB THD + Noise 0.04% @ 1 kHz at nominal level, 0.3% @ 20 kHz at maximum output S/N >70dB at maximum output Stereo channel separation >90dB @ 1 kHz to 20 kHz Audio input Number/signal type 2 stereo, unbalanced Connectors (2) 3.5 mm mini stereo jacks Impedance >10 kohms unbalanced Nominal level -10dBV (316mV) Maximum level +7.0dBu, (balanced or unbalanced) at 1%THD+N Audio output Number/signal type 1 stereo, balanced/unbalanced Connectors (1) direct insertion captive screw connector, 5 pole Impedance 50 ohms unbalanced, 50 ohms balanced Gain error ?0.01dB channel to channel Maximum level (Hi-Z) >+13dBu, balanced or unbalanced at stated %THD+N Maximum level (600 ohm) >+13dBm, balanced or unbalanced at stated %THD+N 0dBu = 0.775 volts (RMS). General Power 100VAC to 240VAC, 50/60 Hz, 8 watts, external, autoswitchable; to 9VDC, 1.5 A power supply.: Product requires 0.5 A. Temperature/humidity Storage -40? to +158?F (-40? to +70?C) / 10% to 90%, non-condensing Operating +32? to +122?F (0? to +50?C) / 10% to 90%, non-condensing Rack mount No, but wall or furniture mountable Enclosure type Metal Enclosure dimensions CIA112 faceplates 1, 2, 3, 4 4.5" H x: 6.4" W x 0.1" D (11.4 cm H x 16.3 cm W x 0.2 cm D) CIA112 faceplates 5 & 6 4.5" H x: 8.6" W x 0.1" D (11.4 cm H x 21.8 cm W x 0.2 cm D) Product weight 0.7 lbs (0.3 kg) Shipping weight 3 lbs (2 kg) Vibration ISTA/NSTA 1A in carton (International Safe Transit Association) Listings ETL (UL1950) Compliances CE MTBF 30,000 hours Warranty 3 years parts and labor TOA A503A mixer amplifier with necessary accessories, or equal. 30 Watt , 6-channel Mixer/Amplifier ? Versatile Mixer/Amplifier for a variety of applications. 30 Watts RMS Output Power. Inputs 1 and 2: Low Impedance Mic Inputs with XLR-F connectors and switchable phantom power. Input 3: Phono (turntable) or Mic (switchable) Input 4: Aux1 or Mic (switchable) Input 5: Aux2 Input 6: Aux3 Expansion Module, model U-51 converts Inputs 3 and 4 to Lo-Z Mic Inputs with XLR connectors. Mute Function allows priority over-ride of Inputs 3-5 with adjustable mute depth. Remote Mic Volume controlled with an external 10k ohm linear-taper otentiometer. 25 V, 70 V and 4 ohm Speaker Outputs with screw terminal connector and rotective cover plate. Protection Circuitry prevents potential damage from overload, short-circuit, DC offset or overheating. Front Panel Features: Individual Channel and Master Volume Controls. Bass/Treble Tone Controls. Rear Panel Features: Pre-amp. Out / Power Amp. In Insert Jacks for connecting external signal processors. Booster Output and Tape Output for connecting external mixer, amplifier or recording device. Unswitched AC Outlet. +24V DC Input for connection to external power source. Rack-Mount Kit, model MB-21B2 (2 RU). UL / CSA Listed. Five Year Warranty. Any hardware, software, or programming required to accomplish the functionality as listed will be responsibility of successful vendor in fulfilling the scope of work. On-site visit of technician to be provided on same day if call is made prior to noon. Next day service is required if call is made after noon and technician is unable to get to site that same day. Pricing to include one-year on-site maintenance agreement between vendor and Navy for upkeep of total AV system for a period of one year from testing acceptance Evaluation Criteria The Government will make an award to the offeror whose proposal represents the best value to the Government based on the requirements specified in this Statement of Work. The following factors, listed in descending order of importance, will be evaluated: (1) Technical Capability to include technical expertise and relative experience. (2) Past Performance for similar services performed during the past 3 years. Proposals should include brief narratives, points of contacts, and telephone numbers. (3) Price. Section 508 IT Accessibility Requirements Apply
 
Place of Performance
Address: CNRF, 4400 Dauphine Street, New Orleans, LA
Zip Code: 70146
Country: USA
 
Record
SN00490792-W 20031218/031216212643 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.