SOLICITATION NOTICE
60 -- VTC suite
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 517910
— Other Telecommunications
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- WC1JYJ72132000
- Response Due
- 9/10/2007
- Archive Date
- 11/9/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a second sources sought notice, due to low interest (hereinafter SSN) for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice. We are seeking potential sources only. Pr oposals may be requested by separate written synopsis / solicitation. (ii) This SSN number is WC1JYJ72132000. (iii) This, RFP and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5,2007). (iv) T his SSN is restricted and set aside for small business. The applicable NAICS 517910. (v) This RFP contains ONE (1) line item. Proposal must include component / system shipping FOB destination, on site system / component installation and applicable manuals . (vii) Delivery location and acceptance will be Fort Richardson AK 99505-0600. 1. Design, implementation and installation of a complete turn-key solution for one (1) main secure / non-secure Video Teleconferencing Suite hereinafter VTC and one (1) portabl e secure / non-secure VTC. per PWS in building 1 Fort Richardson, Alaska. Performance Work Statement hereinafter (PWS). C.1. General information: C.1.1. This PWS establishes and defines requirements for the Design, Implementation, and Installation of a co mplete turn-key solution for a secure/ non-secure VTC suite. The room drawings are located in Attachment 1, for Bldg 1 at Fort Richardson, Alaska. A portable secure, non-secure video teleconference shall be installed and located in the Satellite Conference Room in Bldg 1 with turn-key operation. Both rooms will be controlled by one operator from the Control Booth in Bldg 1. C.1.2. HOURS OF OPERATION. The contractor shall work the normal duty hours of 07:30 17:30 (5:30PM), Monday thru Friday. The contra ctor shall coordinate with the Contracting Officer hereinafter KO, KOs Representative (COR) for changes or extensions to construction hours. C.1.3. SITE MANAGEMENT. C.1.3.1 The contractor shall designate in writing the name of an individual who is fully authorized to act as the contractors on-site representative. During contract performance, the contractor shall provide a method by which the COR may contact the on-site representative. C.1.3.2 The contractors on site representative shall immediately re port any imminent system failure to the COR and provide a recommended operational or repair solution. This action shall be followed up in writing (e-mail or memo). If, in the contractors judgment, substandard conditions exist, they shall be identified t o the COR in writing for review and final disposition. If a safety hazard is encountered, verbal approval for corrective action may be obtained from the COR followed up with appropriate documentation immediately upon resolution of the safety hazard. C.1.4 . CONTRACTOR EMPLOYEE QUALIFICATIONS. Contractor employees shall have the necessary skills and expertise to perform the requirements of this PWS and comply with mandatory labor laws. C.1.5. QUALITY CONTROL (QC). N/A C.1.6. QUALITY ASSURANCE (QA). The Government will monitor the contractors performance under this contract. The Government will monitor the final product test; if any aspect of performance is not in conformance with requirements of this contract, the contractor shall explain in writing w hy performance was not in conformance with the requirements of this contract, how performance will be returned to conformity, and how recurrence of the problem will be prevented in the future. The Government will have the right to issue to the contractor a Contract Discrepancy Report (CDR) if the deficiencies are not corrected. The contractor shall complete and return the CDR to the COR within three work days after receipt. The contractor shall maintain copies of all inspection, evaluation reports and insp ection checklists on file. C.1.7. GOVERNMENT EVALUATION. C.1.7.1. The contractor shall perform a final product test to ensure the VTC system is working prop erly and has connectivity with the existing Government owned VTC system (a list of Government owned VTC equipment is available upon request). The Government shall be given three working days notice of the test. A Government representative will be present during all final testing. The Government reserves the right to conduct evaluations of the contractors services based on the requirements contained within this PWS. C.1.7.2. The contractor shall, at no additional cost to the Government, correct all defic iencies stated under the Government evaluation. The contractor shall provide the Government a listing of all deficiencies corrected within three work days of receipt of the Government evaluators report. C.1.8. CONTRACTOR REPORTS. N/A C.1.9. THIRD PAR TY DAMAGE,SUBCONTRACTOR. The contractor shall be responsible for the repair and restoration of any lost services due to damage caused by any subcontractor under his control. C.1.10. TECHNICAL DATA. Technical data obtained by the contractor resulting from the performance of this contract shall become the property of the United States Government and shall be available for inspection by the Government at all times. As- built drawings shall be provided to the government upon project completion. C.1.11. WARRAN TIES. When an equipment item or portion of a Government-owned or contractor-acquired equipment item is covered under or by a manufacturers guarantee or warranty, the contractor shall comply with all conditions called for by the manufacturer to retain the benefits of the guarantee or warranty. The contractor shall not be responsible for repairing any equipment under warranty by another contractor except for minor adjustment or alignments to modules or other equipment in order to keep a system at optimum o peration. A list of GFE under warranty will be provided to the contractor by the COR at start of contract. Adjustment or alignments shall not be made to Government-owned equipment where those actions would invalidate warranty requirements. C.1.12. GOVER NMENT FURNISHED PROPERTY ,EQUIPMENT. C.1.12.1 The Government will provide the following: a. IP connectivity up to 768 kbps, but not limited to. b. ISDN w/min of 3PRI/ BRI- 384 kbs. c. NIPRNET Connection. d. SIPRNET Connection. e. Dedicated link to Fo rt Wainwright. f. Keying material g. Fiber to both rooms (Main Control Booth, Satellite Conf Rm)C.1.13. CONTRACTOR-FURNISHED TOOLS, TEST EQUIPMENT AND MATERIAL. C.1.13.1 The contractor shall provide all administrative items, tools, equipment, and Test, Measurement and Diagnostic Equipment (TMDE) necessary to fulfill the requirements of this PWS unless otherwise stated herein. C.1.13.2. The contractor shall ensure that all contractor-owned or leased test equipment is calibrated in accordance with manufac turers specifications. C.1.14. PERSONNEL SECURITY REQUIREMENTS. Contractor employees or any representative of the contractor entering Ft. Richardson, shall abide by all security requirements, and shall be subject to security checks. Contractor must coor dinate installation access through the Ft. Richardson Provost Marshall. Within 15 calendar days after contract award, the contractor shall provide to the KO and COR contact telephone numbers for the site manager during other than normal duty hours. C.1.15 . SAFETY. C.1.15.1. Safety Program. The contractor shall establish and administer a safety program. C.1.15.2. Safety Violations. The COR may require the contractor to cease operations associated with the performance of this contract for reasons of safe ty violation(s). The contractor shall be responsible for the cost of any overtime required to correct the safety violation. Personal protective equipment and clothing shall be the responsibility of the contractor. C.1.15.3. Accident Reporting. In the event of an accident on Government property, or involving Government personnel or property, the contractor shall submit a report within 72 hours to the KO in le tter form that shall include the following: The time and date of occurrence, the place of occurrence, a list of personnel directly involved, and a narrative or description of the accident that includes a chronological order of the accident and circumstanc es. C.1.16. CONFLICTING DIRECTIVES. The contractor shall bring to the attention of the KO for final resolution, any apparent conflict between compliance with the directives, rules, and regulations identified in this contract and the requirements of this contract. REQUIREMENTS C.2 REQUIREMENTS. C.2.1 The contractor shall design, implement, and install a complete Video Teleconference Suite with a turn key operation. This Video Teleconference Suite shall consist of a main VTC and a portable VTC. This shal l be in accordance with the approved by DISA standards. The systems must contain at a minimum the following. Main VTC. a.Minimum of (2) 65 monitors (wall mounted)b.DVS II capable DISA approved solution. c.Central Control System for both rooms located in the Control Booth d. Minimum of (4) cameras in main VTC. e. (2) IP cameras outside both doors viewable from Control Booth with the ability to record. f. (2) electronic signs for VTC display in progress controlled by Control Booth. g.Document Camera. h.Audi o/ Microphones with noise cancellation devices. i.(2) Projectors DLP XGA (1024x 768) with viewing screens (electronic retractable) controlled by Control booth. j. Bridging Technology. k.Provide the appropriate encryption devices (KIV-7, KIV-19, KG-194)l.Au tomatic multiclass switching system. m. High-Definition MXP Technology. n. DVD Recorder/ DVR/ CD. o. Black/ Red separation. p. Connectivity from fiber to VTC equipment Portable VTC Satellite Conference Room. a. Minimum of (1) 42 monitor portable secure/ n on-secure VTC with similar MXP technology. b. Provide the appropriate encryption devices (KIV-7, KIV-19, KG-194) c. DVS II capable DISA approved solution d. Central Control point for both rooms e. Connectivity from fiber to VTC equipment. C.2.1.1 The c ontractor shall be responsible for procurement of the materials, delivery, planning, project management, installation, integration, and testing of the equipment in their proposal. C.2.1.2 The contractor shall supply all secure encryption devices and turn t hem over to a designated Government representative (VTC Facilitator or alternate VTC Facilitator). The encryption devices shall be installed in Building 1, VTC Suite, Satellite Conf Room, by the contractor. C.2.1.3 The contractor shall install all VTC e quipment per Attachment 1. C.2.1.4 The contractor shall back up any programmable configuration of equipment prior to installation completion and provide a copy to the customer upon completion. C.2.1.5 The contractor shall provide a written maintenance warr anty on the VTC system installed. This shall be a one year manufacturers warranty for software and hardware with 3 year follow-on maintenance for the equipment within the VTC Suite and the Satellite Conference Room. The 3 year follow-on maintenance shall include one on-site preventive maintenance visit per year. C.2.1.6 The contractor shall perform a final product test. This test shall ensure the VTC system is working properly and has connectivity with the existing Government owned VTC system (a list of Go vernment owned VTC equipment is available upon request). SECTION 3 GOVERNMENT RESPONSIBILITIES: C.3 Government Responsibilities: C.3.1.1 The Government will appoint individuals who will be responsible for administration of government systems and coordina tion of activities. The government will appoint an escort throughout the installation process. C.3.1.2 The Government will provide connectivity for the VTC system. This connectivity will include Ethernet, ISDN (PRI), and RS-449 (existing dedicated circuit ), as well as phone (PSTN). All circuits will be tested prior to the start of the contract. C.3.1.3 The Government will provide keying material during the ins tallation to ensure the system can be properly tested in secure mode. C.3.1.4 The Government will provide storage for equipment deliveries from the contractor. 1. Auto Cad Drawings available upon request and verification of CCR registration. REFERENCES: T his attachment lists regulatory documents referenced within the PWS and advisory documents. In the case of conflict between a reference and the PWS, the requirements contained in the PWS shall take precedence. 1. AVAILABILITY OF MANUALS AND CODES. a. Ar my Regulations (ARs), Technical Manuals (TMs), Field Manuals (FMs), Department of Army Pamphlets, and Technical Bulletins (TBs) can be ordered from: National Technology Information Service (NTIS) 5285 Port Royal Rd. Springfield, VA 22161 Tel (703) 487-4684 . b. The National Electric Code (NEC) and National Electrical Safety Codes (NESC) are available to the public from the publisher. They can be purchased on the following website: www.nfpa.org/Codes/index.asp. c. Publications may be obtained on-line as f ollows: (1) TIA/EIA standards at: http://www.tiaonline.org/standards/search_n_order.cfm (2) The OSHA standard at: http://www.osha.gov/pls/oshaweb/owadisp.show_document?p_table=STANDARDS&p_id=9867&p_text_version=FALSE. 3. APPLICABLE DOCUMENTS. Governmen t personnel, when performing evaluations of the contractors performance, will use the documents listed below. The publications below with which the contractor shall comply are annotated with an asterisk. The remainder of the publications is advisory. T he contractor shall use these publications for reference purposes. The contractor shall use current commercial practices and publications whenever possible. NOTE: All reference documents shall be of the current issue date. a. Telecommunications Industry Association (TIA)/Electronic Industry Association (EIA) Standards EIA-310-D, Cabinets, Racks, Panels, and Associated Equipment. TIA/EIA 472-0000-A, Generic Specification for Fiber-Optic Cables. TIA/EIA 472C000-A, Sectional Specification for Fiber-Optic Co mmunications Cables for Indoor Use. TIA/EIA-472D000-A, Sectional Specification for Fiber-Optic Communications Cables for Outside Plant Use. TIA 4920000B, Generic Specification for Optical Waveguide Fibers. TIA/EIA-569, Commercial Building Standard for Tele communications Pathways and Spaces. J-STD-607-A, Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications. EIA 440-A, Fiber-Optic Connector Terminology. TIA/EIA 455-B, Standard Test Procedures for Fiber-Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber-Optic Components. TIA 458, Standard Optical Fiber Material Classes and Preferred Sizes. b. OSHA Standards: OSHA Standard 29 CFR 1910.268, Telecommunications Manholes. c. National Electric Code (NEC). e. US Army Information Systems Engineering Command, Technical Guide for Installation Information Infrastructure Architecture (I3A) IAW DISN Video Services approved standards. These standards can be found on the following site. http s://209.22.91.136/dvsws/logon.do?code=RESET&key=1124153091906 (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the foll owing are the evaluation factors to be used. Technically acceptable, price, delivery time and past performance. Part of the technically acceptable evaluation will include the offered products compatibility with existing equipment as shown in the descriptio n. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be registered in ORCA at website https://orca .bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004 ); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Tra nsfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.20 9-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Er a, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) All offers are due no later than 3:00 PM, Alaska Time, 4 September 2007. (xvii) (a) The Contractor acknowledges that it has taken steps reaso nably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to (1) conditions bearing upon trans portation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric power, and roads; (3) uncertainties of weather (4) the character of equipment and facilities needed preliminary to and during work performance. The Cont ractor also acknowledges that it has satisfied itself as to the character, quality, and quantity of work required from the drawings and specifications. Any failure of the Contractor to take the actions described and acknowledged in this paragraph will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the Government. (b) The Government assumes no r esponsibility for conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions whic h can affect the work by any of its officers or agents. Unless that understanding or representation is expressly stated in a subsequent contract. (xviii) Data and information furnished or referred to below is for the Contractors information. The Governme nt shall not be responsible for interpretation of or conclusion drawn from the data or information by the Contractor. (a) The indications of physical conditions on the drawings and in the specifications are the result blueprint / auto cad drawings. (xix)(a) All equipment, material, and articles incorporated into the work covered by a contract resulting from this , and any follow on solicitation shall be new and o f the most suitable grade for the purpose intended, unless otherwise specifically provided within a contract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the KO, is equal to that named in the specifications, un less otherwise specifically provided in this contract. (b) The Contractor shall obtain the KOs approval of the machinery and mechanical and other equipment to be incorporated into the work. When requesting approval, the Contractor shall furnish to the KO the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When required by this , and any follow on solicitation and contract or by th e KO, the Contractor shall also obtain the KOs approval of the material or articles which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall provide full information concerning the material or articles. When directed to do so, the Contractor shall submit samples for approval at the Contractors expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection. (c) All work under a contract shall be performed in a skillful and workmanlike manner. The KO may require, in writing, that the Contractor remove from the work any employee the KO deems incompetent, careless, or otherwise obje ctionable. (xx) At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the KO an d has authority to act, answer and commit the Contractor. (xxi) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal la ws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractors fault or negligence. The Contractor shall also be responsible f or all materials delivered and work performed until completion and acceptance of the entire work. (xxii) The Government may undertake or award other contracts for additional work at or near the site of the work under this contract. The Contractor shall ful ly cooperate with the other contractors and with Government employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding any direction that may be provided by the KO. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Government employees. For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mi l. Do not e-mail attachments without advance telephonic notification, the e-mail and attachment will be discarded without being read.
- Place of Performance
- Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
- Zip Code: 99505-0525
- Country: US
- Zip Code: 99505-0525
- Record
- SN01397247-W 20070908/070906221621 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |