SOLICITATION NOTICE
N -- Installation of Audio-Visual Equipment
- Notice Date
- 8/31/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, 1011 Honor Heights Drive, Muskogee, Oklahoma 74401
- ZIP Code
- 74401
- Solicitation Number
- 623-24-04
- Response Due
- 9/15/2004
- Archive Date
- 10/15/2004
- Point of Contact
- Point of Contact - Kris Kelly, Contract Specialist, Ph: (918) 680-3841, Fx:(918) 680-3852, Contracting Officer - Kris Kelly, Contract Specialist, Ph:(918) 680-3841, Fx:(918) 680-3852
- E-Mail Address
-
Email your questions to Kris Kelly
(kris.kelly@med.va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number Request For Proposal (RFP) 623-24-04 is assigned and shall be referenced on any proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97- 27. The North American Industry Classification System (NAICS) code is 519190, and the small business size standard is 6 million. Provide and Install Audio Visual Infrastructure for the Bill B. Pearson Training Center Room and Additional Conference/Training Rooms at the Muskogee Veterans Affairs Regional Office, (VARO), located at 125 S. Main, Muskogee, OK 74401. Any reference to brand name may be substituted with equivalent product.  Control Systems to consist of two custom programmed 10.4? wall-mounted color touch panels installed in the two sides of the Bill Pearson training center room. The existing lectern will need to be equipped with one (1) AMX-NXD-CV-7 wireless panel. These panels will be used for control of components and functions, such as, projector control, screen, audio level and source selection for the training rooms. One rack mounted custom programmed AMX Netlinx controller installed in the A/V equipment room to interface to all controllable devices. Additional peripheral control interfaces will be utilized for equipment control. Six (6) AMX AXD-CV6 color video wall touch panels will be installed in other areas for interface to the main controller system. One (1) AMX controller is currently installed and will need to be integrated into the main controller. These panels will be used to send signals (tv, satellite, vcr) to other conference areas.  Video Systems to consist of six (6) Sharp XG-C60X video/data projectors, or equivalent. Three (3) projectors will be mounted in the Bill Pearson training center room. The remaining three (3) projectors will be mounted in separate rooms. The projectors will be ceiling mounted. Nine (9) Draper Ultimate Access Series V Motorized projection screens, or equivalent will be installed above the ceiling area in the training center rooms to correspond with the video/data projectors.  Source Equipment to include eight (8) Sony TU-1041, television tuners. The Muskogee VA Regional office will supply DVD, VCR, satellite and computer sources that will be integrated into the system.  Routing Equipment to consist of one (1) Extron CrossPoint 3232HVA Matrix Switcher to allow signal routing to be switched from up to 32 sources. This equipment will be provided by the Regional Office.  Display Equipment to consist of three (3) Sharp XG-C60X video/data projectors as display equipment. These projectors will be installed in the Bill Pearson training center area. Three (3) additional Sharp XG-C60X video/data projectors will be needed in separate training rooms. Additional training center display equipment will be furnished by the Muskogee VA Regional Office.  Audio Systems to consist of approximately seventeen (17) JBL Control 26C Ceiling Speakers spaced throughout the Bill Pearson training center area. Layout of the ceiling speakers will need to be configured around above ceiling heating/air ductwork and related heating/air system noise in the training center (see attached floor plan diagram) to provide the best possible sound system for the training center. Approximately seventeen (17) ServoReeler microphones will be placed throughout the training center area. All microphones and source equipment audio will be connected to four (4) Clear One XAP800 & one (1) Clear One PSR-1212 matrix mixers. One (1) Clear One TH-2 telephone hybrid will be installed for telephone teleconference use. Two (2) Shure wireless lavalier microphone transmitter/receiver units will be installed for use in the training center area. Two (2) Crown lectern microphones will be used at the Muskogee VA Regional Office furnished lectern.  System Implementation to be turnkey to include equipment, implementation and warranty. Installation to include engineering, coordination and labor for display, video, audio, control systems and related equipment to include required plates, connectors and cables. System Engineering to include preparation of system functional interconnection diagram, rack elevation drawings, custom control system and touch panel programming. Project Coordination to include: System implementation monitoring Project scheduling and oversight of vendor?s installation team Assurance of final punch-list items completion. Field labor to include: Pulling and bundling of cables Termination of all cable Labeling of all cable Mounting and terminating wall plates Assuring the installed systems function as proposed Cleaning-up site  System Costs to include the provision of equipment, hardware, cable, connectors, and all systems engineering, project coordination, field installation labor as required to provide complete and operating systems as described above. System costs will be presented by vendor itemized in above specified categories.  Exclusions to be the responsibility of the Muskogee VA Regional Office are: Installation of any required electrical wiring in reference to the outlined system. Electrical wiring requirements to be specified by the vendor at least 30 days prior to system installation. Structural modifications, if any, required for proper installation of the electronic system. Any required structural modifications to be specified by the vendor at least 30 days prior to system installation. Electrical conduit and junction boxes where required by electronic system. Service Provider Warranty The Service Provider Warranty should include the following: The Service Provider will warrant the Audiovisual System furnished to be free from defects in workmanship (i.e. cables, connections, structures) failure and to conform to drawings and specifications for a period of 90 days from the date of acceptance or first beneficial use, whichever occurs first. Warranty notification to the service provider by VBA. Telephone based technical support for the same 90 day period. One client scheduled follow-up training session. Manufacturer Warranty Policy The manufacturer warranty policy, for repairs or parts, will provide a guarantee to VBA that service provides factory trained engineers, or the manufacturer, will repair or replace defective parts free of charge for the period of time stated by the manufacturer. Equipment product warranty policies and procedures will be determined by the manufacturer. Refer to the warranty statement with each product purchased in the system. The service provider will abide by the manufacturers written policy and will follow the procedure the manufacturer requires so that the warranty is not void. In most cases, the warranty will not cover normal maintenance or preventative maintenance on their products, i.e.: Video head cleaning, heads, tape path cleaning, lubrication, adjustments, fine tuning of monitors, receivers, and projectors. There may be limited time warranties on LCD panels and CRT?s, however, this varies from manufacturer to manufacturer. If the manufacturer requires the unit to be sent in for factory repair, the VBA will be responsible for all freight and insurance charges to and from the factory. The service provider will not be liable for any loss or damage to equipment during shipping or at the manufacturer possession. When requesting warranty service, the client will be responsible to provide the service provider with the original, or a copy of the original invoice that will serve as proof of purchase. The invoice date determines the start of the warranty period regardless of when the unit was put in to use. If the manufacturer requires the unit to be sent in for factory repair, VBA will be responsible for all freight and insurance charges to and from the factory. The service provider is not liable for any loss or damage to equipment during shipping or at the manufacturer possession. When requesting warranty service, VBA will be responsible to provide the service provider with the original, or a coy of the original invoice that will serve as proof of purchase. VBA will be responsible for retaining the original packaging during the warranty period. If it is necessary to ship equipment, and if VBA can not provide the original packaging, the service provider will send the equipment to a packaging company for packaging company for proper shipping preparations. All charges are the responsibility of VBA. VBA will be responsible to pay for all parts and labor charges not covered under the warranty. The service provider will warranty all bench repairs performed for 30 days from the date the equipment leaves the service provider. This warranty does not cover any additional problems that are unrelated to the original symptoms or repairs. Acceptance Testing Acceptance testing will be provided by the service provider to determine the overall acceptability of all components that, when integrated, will comprise of the VBA multimedia presentation system. Upon completion of all testing, the VBA end user will acknowledge the completion of the installation. User Training Services Once the installation is completed, the service provider will provide up to one (1) hour of training to individuals designated by the VBA. This training will be delivered by an on-site-technician and will consist of the following: Identification of the system components Operation of the system components Demonstration of the most common system features Review procedures for reporting system problems including the quick check items. All potential offerors shall be available to perform the requirements of this solicitation immediately. Quotations shall be submitted on an ?all or none? basis. No partial quotations shall be submitted. Offerors shall provide a complete set of provisions with proposal found at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Clauses can be accessed via the internet at www.arnet.gov/far . Provision and clauses found at 52.212-1, 52.212-4, and 52.212-5 also apply. Proposals shall be submitted to the Muskogee VA Medical Center, 1011 Honor Heights Drive, Muskogee, OK,74401 and directed to the attention of Kris Kelly (90C). The solicitation number (RFP number) shall be listed on the outside of your response for identification. Proposal shall be evaluated based on technical performance, past performance and price in that order. The government shall not be held responsible for quality of fax transmittals. Quotes are due September 16, 2004.
- Web Link
-
RFP 623-24-04
(http://www.bos.oamm.va.gov/solicitation?number=623-24-04)
- Place of Performance
- Address: Muskogee Regional Office 125 S. Main Muskogee, OK
- Zip Code: 74401
- Country: United States
- Zip Code: 74401
- Record
- SN00662066-W 20040902/040901034652 (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 |