Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2008 FBO #2399
SOLICITATION NOTICE

N -- Removal & Installation of Multimedia Equipment

Notice Date
6/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453210 — Office Supplies and Stationery Stores
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-08-T-0344
 
Archive Date
7/11/2008
 
Point of Contact
Harold D Woodley, Phone: 757-953-7276, Doris W. Turner,, Phone: 757-953-7456
 
E-Mail Address
harold.woodley@med.navy.mil, doris.turner@med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Each Remove and Install New Multimedia FFP Equipment in the Internal Medicine Conference Room. Mount all media components in new multimedia lecturn. Provide and install: 65" plasma display; AMX Modero; New audio system and ceiling tile speakers; Smart Sympodium; Integrate existing Polycom VTC into system; Pop up guest laptop connection; Wireless keyboard and mouse; Complete turn-key installation to include electric, data lines and programming. Gold service plan, 1 year on-site warranty. All equipment will qualify to automatically be added to existing PNMC service contract. See Section C for Performance Statement of Work. FOB: Destination MILSTRIP: N0018308RQTE113 PURCHASE REQUEST NUMBER: N0018308RQTE113 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00021Each Remove and Install New Multimedia FFP Equipment in the Orthopedics Small Conference Room. Mount all media components in new multimedia lecturn. Provide and install: 65" plasma display; AMX Modero; New audio system and ceiling tile speakers; Smart Sympodium; Integrate existing Polycom VTC into system; Pop up guest laptop connection; Wireless keyboard and mouse; Dell computer; Complete turn-key installation to include electric, data lines and programming. Gold service plan, 1 year on-site warranty. All equipment will qualify to automatically be added to existing PNMC service contract. See Section C for Performance Statement of Work. FOB: Destination MILSTRIP: N0018308RQTE113 PURCHASE REQUEST NUMBER: N0018308RQTE113 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00031Each Remove and Install New Multimedia FFP Equipment in the ER Conference Room. Mount all media components in new multimedia lecturn. Provide and install: 65" plasma display; AMX Modero; New audio system and ceiling tile speakers; Smart Sympodium; Integrate existing Polycom VTC into system; Pop up guest laptop connection; Wireless keyboard and mouse; Complete turn-key installation to include electric, data lines and programming. Gold service plan, 1 year on-site warranty. All equipment will qualify to automatically be added to existing PNMC service contract.See Section C for Performance Statement of Work. FOB: Destination MILSTRIP: N0018308RQTE113 PURCHASE REQUEST NUMBER: N0018308RQTE113 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00041Each Ceiling mount in the Pain clinic two (2) FFP customer provided 32" Samsung LCD monitors. Turn-key installation to include electric, cables, hardware and mounts. See Section C for Performance Statement of Work. FOB: Destination MILSTRIP: N0018308RQTE113 PURCHASE REQUEST NUMBER: N0018308RQTE113 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT PERFORMANCE STATEMENT OF WORK (PSOW) FOR UPGRADE OF INTERNAL MEDICINE, ORTHOPEDIC AND EMERGENCY MEDICINE CONFERENCE ROOMS 1.1SCOPE The Contractor is responsible to submit a design package for the Internal Medicine (building 2, 2nd floor), Orthopedic (building 3, 5th floor), Emergency Medicine (building 2, 1st floor) conference rooms and Pain Clinic (building 3, 9th floor). This package must include fully operational equipment/systems that meet the government requirements. This design will include any changes, recommendations, wiring, etc., that will be required to interface with existing government video-teleconferencing equipment via multi-mode fiber optic cable. All components in these conference rooms must be fully operational prior to government testing/acceptance. Listings of requirements for this room are included in this performance statement of work. 1.2 ASSUMPTIONS The following assumptions are understood between NMCP-Communications Office and the contractor in the preparation of the estimate contained in this PSOW: •The contractor is responsible to provide the Government with the necessary environmental requirements for equipment supplied as part of this PSOW. •Contractor is to provide all equipment, material handling equipment (i.e., pallet jacks); labor, communications and anything else required fulfilling all the requirement of this contract in a turn key manner. •The contractor shall use any existing equipment in place to minimize the procurement of the VTC equipment. •The contractor shall have a service location on site within a 50 mile radius of NMCP to be able to respond on-site within 2 hours of an initial service call for the Auditorium. 1.2RESPONSIBILITIES To successfully complete this project, close teamwork between the Government (Communications Office) and the contractor’s team is essential. Government agrees to timely assignment of personnel to positions designated as governmental in this PSOW and to acceptance of activities and responsibilities associated with them. a.Contractor’s Project Manager The contractor will designate an onsite Project Manager and alternate in writing and include work history with the bidding documents. The contractor’s project manager is responsible for: •Directing all project activities •Preparation of a project schedule •Scheduling and project controls •Preparing status reports •Other activities as specified in this PSOW b.Government Project Manager The Government will designate a project manager for this task. The Project Manager will have full authority to act on behalf of the Communications Office, with respect to: •Management of any Government Furnished Equipment (GFE) and schedule for the project. •Accepting project deliverables. •Arranging interviews, facility and base access and escorts, if required. •Working with the Communications to insure there is an efficient exchange of information and that important and timely decisions are made. •Reviewing and approving all design drawings and source code changes. •Provide signature of approval and acceptance. •Other activities as specified in this PSOW. •The Project Manager cannot authorize any additional obligations of funds. 1.3PROJECT CONTROLS The project schedule will identify and describe the tasks and activities required to produce the deliverables specified herein. The contractor will provide an initial implementation plan for the project. The contractor will provide necessary detail to the schedule to further identify task requirements in support of the PSOW. The project schedule shall be reviewed and updated on a bi-weekly basis. Any changes shall be documented in a status report. 1.4TASKS AND DELIVERABLES This contract is to upgrade existing multi-media conference rooms. Some existing equipment should be reused. Internal Medicine Conference Room The upgrade will consist of following minimal essential characteristics and/or major components listed below: •65” plasma display •New AMX control system •New audio system and ceiling tile speakers •Smart Sympodium •Integrate existing Polycom VTC into system •New lectern to house equipment •Pop up guest laptop connection •Use existing lapel microphones •One year maintenance is required •Installation to include cables and connectors •End user training for Communications and Internal Medicine staff Emergency Medicine Conference Room •65” plasma display •New AMX control system •New audio system and ceiling tile speakers •Smart Sympodium •Integrate existing Polycom VTC into system •New lectern to house equipment •Pop up guest laptop connection •Use existing lapel microphones •One year maintenance is required •Installation to include cables and connectors •End user training for Communications and Emergency Medicine staff Orthopedic Conference Room •65” plasma display •AMX Modero control system •New audio system, use existing speakers •Smart Sympodium •Integrate existing Polycom VTC into system •New lectern to house equipment •Pop up guest laptop connection •Use existing lapel microphones •One year maintenance is required •Installation to include cables and connectors •End user training for Communications and Orthopedic staff Pain Clinic •Ceiling mount two customer provided 32” Samsung LCD monitors •Installation to include cables and connectors Support Equipment The contractor shall plan for and provide all required support for the proper operation of the new multi-media and VTC system. This will include all cabling, connections, computer support and termination of cables/fibers into the required communications closets. Additionally, any electrical installations will be the responsibility of the contractor. Connectivity The VTC unit must be wired via multi-mode fiber back to the closest communications closet and ensure connectivity with the MCG100 VTC Conference Bridge currently under an existing maintenance contract. The required fiber for connection to the communications closet must be considered in the bid. The contractor shall ensure compatibility between new equipment and existing equipment and legacy systems in use throughout the command. The contractor shall include all required fittings, cables, connectors, and power requirements in the project and shall reflect these requirements in their bid. Price Quotations The contractor shall quote the price as a turn key installation. 1.5DELIVERABLE This paragraph describes the content of and sets the schedule for delivery of various documents throughout the project. Listed documents shall be delivered to the designated Government Project Manager for approval during the performance of this project. •Project Schedule/Implementation Plan •Status report •Design drawings and source code The contractor shall provide a project schedule/implementation plan immediately after award. The contractor shall provide the necessary labor and manpower to successfully follow the intended plan. 1.6ACCEPTANCE •Satisfactory completion of all items in the Implementation Plan and acceptance by the Government Project Manager will designate satisfactory completion of the project. •The contractor will demonstrate to the government project manager that all components and features are fully functional and operational before the system is accepted. •The government will accept the room upon completion, no phasing. •All design drawings and source code shall become property of NMCP upon completion of the project. •There shall be no provision for additional charges 1.7DEPENDENCIES a.Equipment – All on-site work for this project will be performed in the Auditorium at NMCP, building 3, 2nd floor. The Government Project Manager is responsible for coordinating all network-related procurement and scheduling of auditorium for this project. The contractor will ensure timely delivery of all equipment ordered through this contract. b.Facilities – The Communications Office is responsible for providing the contractor with facilities and system access. Comms will be responsible for handling any and all security-related issues pertained to this project, including providing escorted or unescorted access to the base/building where the team will be working. The contractor is responsible for removing all contractor generated trash and debris from the installation. Trash and debris is defined as boxes, packing, etc., from all new equipment purchased and installed under this PSOW. c. Project Personnel – Communications will provide a Project Manager as the primary point of contact for the contractor’s personnel. They will work to coordinate issues as necessary to include: Communications, issue resolution and general project decision making. Designated Comms staff will support deployment and training phases. d. Character of Work and Workforce – The work must conform in all respects with the requirements of the contract. •A strictly first class operation will be insisted upon. No incompetence or carelessness, no drugs and/or use of alcohol will be tolerated. •The contractor’s workforce shall be identifiable by picture identification badges which shall be worn and visible on the upper body at all times while on the Naval Medical Center Compound. Contractor will be required to fill out Criminal History Record Request supplied by the Communications Office for each employee. These must be submitted five business days prior to employees reporting on site. After five business days the Government will issue a temporary security badge and car sticker for the period of employment on site. The Navy reserves the right to approve employees working on site. Reasons for disapproval are: Any felony conviction within the last 10 years, any larceny misdemeanor in the last 10 years or any other reasons at the Governments sole discretion. •Care of Government Facilities and Property – The contractor shall be responsible for the care of the premises. The contractor shall not damage Government property or facilities during the performance of this contract. The contractor shall furnish padding and other protective materials as necessary to preclude damage to hallways, doors, door frames, elevators and building fixtures. The Government may reject any moving equipment at its sole discretion. •Cleaning Up – At the completion of work and before acceptance and final payment, the contractor shall remove all related rubbish and equipment including available cartons, packing materials, tools, etc. All Government property shall remain as it was prior to installation beginning. If damage occurs, the contractor is responsible to restore and/or replace in a suitable manner any property both public and private that has been damaged or removed in the performance of this contract. •Naval Medical Center Regulations – All Contractor personnel must abide by the Medical Center’s rules and regulations while on the NMCP compound. These rules include no firearms, no smoking or tobacco chewing in any government building, no food or beverages except in authorized areas, minimal noise levels and allowing corridor access to non-move involved patient/personnel/carts. DUE TO THE NATURE OF THE WORK, ALL INTERESTED VENDORS MUST ATTEND A “WALK THROUGH” TO EXAMINE WORK CONDITIONS AND EXISTING EQUIPMENT. BIDS WILL NOT BE ACCEPTED FROM CONTRACTORS THAT DO NOT ATTEND THE WALK THROUGH.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3a5a0a828f7a483e3dd19b0eb36b175&tab=core&_cview=1)
 
Place of Performance
Address: Naval Medical Center Portsmouth, 54 Lewis Minor Street, Building 250, Portsmouth, Virginia, 23708, United States
Zip Code: 23708
 
Record
SN01597410-W 20080621/080619222224-e3a5a0a828f7a483e3dd19b0eb36b175 (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 |
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.