SOLICITATION NOTICE
G -- AMUSEMENT GAME SYSTEMS - Package #1
- Notice Date
- 6/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Chief of Naval Installations Command - MWR/VQ, 5720 Integrity Drive Bldg 457, Millington, Tennessee, 38055, United States
- ZIP Code
- 38055
- Solicitation Number
- HDQMWR-12-R-0003
- Archive Date
- 8/31/2012
- Point of Contact
- John Wolfslau, Phone: 901-874-6902, Troy L Milburn, Phone: 901.874.6681
- E-Mail Address
-
John.Wolfslau@navy.mil, troy.milburn@navy.mil
(John.Wolfslau@navy.mil, troy.milburn@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- HDQMWR-12-R-0003 Solicitation AMUSEMENT GAME SYSTEMS SOLICITATION: HDQMWR-12-R-0003 The Commander, Navy Installations Command (CNIC), Fleet & Family Readiness Service Center, on behalf of the Navy Morale, Welfare, and Recreation (MWR) Program, a Nonappropriated Fund Instrumentality (NAFI), has a requirement provide the supplies and services necessary to operate and maintain amusement game systems at a wide variety of MWR facilities located worldwide on Navy installations within twelve CNIC Regions. This Request for Proposal (RFP) contemplates one revenue generating, requirements contract per CNIC Region. This may result in multiple awards under this RFP, but may also result in a single award encompassing more than one CNIC Region. TYPE OF CONTRACT The NAFI contemplates a Multiple Award (a single award per Region), Requirements-type, Revenue Generating contract resulting from this solicitation. This may result in multiple awards under this RFP, but may also result in a single award encompassing more than one CNIC Region. Proposals must separately identify for each CLIN the CNIC Region or Regions proposed upon. Offerors are free to propose on any one or more of the CNIC Regions for each CLIN. Offerors also are free to propose the same or a different revenue-sharing fee for each CNIC Region for which they wish to submit a proposal. Proposals are for the entirety of the CNIC Command locations. Decision on the number of locations available on each installation and quantity of machines is to be determined by each installation MWR determined on an addendum to this contract. OBJECTIVE: The objective of this is to establish an Amusement Game System provider for all locations. The system should consist of video games, redemption games, merchandiser games, payment by electronic card or token. Redemption credits should record on electronic cards. Cards should work at all locations. Each installation will require a redemption center or redemption vending machine. Small locations may have machines that operate by token but the token machine must operate by cash and electronic card. 1. Provide amusement games, redemption games, merchandisers, card reader, kiosks, redemption games, booths, redemption novelties, supplying spare parts and rotating machines as required. a. Provide a comprehensive audit trail at the facility level, installation level, and regional level. b. The system shall Link geographically isolated participants in a network to allow redemption throughout the linked command. (Players in a facility are linked to a central facility server; facilities networked to an installation server; and installations networked to a central region server). The server may be virtual. c. Audit paths shall be clearly marked and performance levels monitored at every level. At the facility level, the reports shall show the number of units used, the fees charged for the participation, the awards paid from the participants during the reported period, the games played during reported period. d. The contractor shall coordinate with the COR to decide on the number of units to place in each facility. The COR shall have final approval on the number of units. The contractor shall provide adequate operator training (virtual or manual) to each activity to ensure they are capable of operating the games as recommended. C.5 GAMES The entertainment attractions shall offer both, the traditional games and high-tech entertainment, a "Show Room" or other special event rooms; which are designed for hosting social parties or business gatherings. The Offeror's Redemption Card shall activate all the midway games (with the exception of coin action games) and can be recharged for additional play. The Redemption Card will enable customers to activate games more easily and provide extended play of games to increase customer enjoyment. The Redemption Card has reduced the technical difficulties and maintenance issues associated with coin activated equipment. Furthermore, the Redemption Card feature has the ability increasing the Navy's flexibility in pricing and promoting of games. Such proposals are to offer traditional entertainment options including but not limited to: • Billiards • Shuffleboard • Air Hockey • Pin Ball games Redemption Games such as (for example) • NBA Hoops, Hoop Fever, Nuthin But Net, or Street Basketball • Ice Ball or Skee Ball • Cannonball Blast • Whack a Mole • Mr Wolf • Little Ghost • Deal or No Deal • Fast Draw • Frogger • GoGo Grand Prix • Kaboom • Robin Hood • Stacker • Wheel of Fortune Merchandiser Games such as • Crane and claw machines • Big Bass Wheel • Barber Cut Lite • Crack the code • Disco Round • Hole n Win • Key Master • Marksman • Winners Cube • Wonka Sweetland • X Prize Virtual world, a fantasy environment attraction such as: • X Rider • Transforce • Typhoon • Dark Ride • Galaxian Theater, a multi-participant, enclosed simulation theater where up to six players take part in mock battles with alien invaders; • Iwerks Turbo Ride Theater Virtuality (or Simulator): an interactive, electronic game designed to simulate an actual battlefield or racing environment such as: • Acqua Racer • Dido Cart • Mini Rider 2 • Panzer Elite • EA Sports NASCAR Racing • Fast and the Furious Super Bikes • The 19th Hole", a golf simulator • After Burner Climax SD Arcade Machine • D&B Downs, a multiple-player race game; this is a horse racing game. • Derby Owners Club: a multiple-player race game; this is a horse racing game • Pump It Up, a 5-panel dance game from andamiro; Other games are some of the old popular arcade games for example: • Ms Pac-Man/Galaga (a multicade with Ms. Pac-Man and Galaga) • Mario Bros./ Donkey Kong • Space Invaders 25th Anniversary • Centipede/Millipede/Missile Command/Let's Go Bowling C.6 TECHNICAL REQUIREMENTS: Provide amusement games, redemption games, merchandisers, card reader, kiosks, booths, redemption novelties, supplying spare parts and rotating machines as required. Upon issuance of a Delivery Order (DO), the contractor has thirty (30) days to deliver and install the game(s). • Provide a comprehensive audit trail at the facility level, installation level, and regional level. • The system shall Link geographically isolated participants in a network to allow redemption throughout the linked command. (Players in a facility are linked to a central facility server; facilities networked to an installation server; and installations networked to a central region server). The server may be virtual. • Audit paths shall be clearly marked and performance levels monitored at every level. At the facility level, the reports shall show the number of units used, the fees charged for the participation, the awards paid out to the participants during the reported period, the games played during reported period. • The contractor shall coordinate with the COR to decide on the number of units to place in each facility. The COR shall have final approval on the number of units. • The contractor shall provide adequate operator training (virtual or manual) to each activity to ensure they are capable of operating the games as recommended. • For all of the CNIC locations the contractor is to provide for the maintenance of all units (as an example): a. To provide an onsite technician or an area service person that will respond (or has the capability of sending a technician) within a specified time frame (See F-2.f). b. The contractor shall propose a percentage compliance to this standard (IE respond in 2 hours for request for repairs 90% of the time). • Due to seasonal and/or repeat customer traffic, the contractor shall account for a certain percentage of the machines to be rotated annually (i.e.: 20%) OR to replace any machine not maintaining 25% of the facility average per machine upon mutual agreement with the COR. C.7 QUALITY ASSURANCE (QA). The Contractor shall administer a quality assurance program and shall provide examples of its successful application (e.g., satisfied customer comments/recommendations) upon request. C.8 QUALITY ASSURANCE AND PERFORMANCE REQUIREMENTS SUMMARY. The Government will monitor the Contractor's performance. The Government reserves the right to review services to be provided, including those created or performed at the Contractor's facilities, to determine conformance with performance and technical requirements. Government quality assurance will be conducted on behalf of the Contracting Officer (KO). The COR will coordinate the overall quality assurance of technical compliance and will conduct an inspection of products and services that is reliant upon contractor support. (Refer to Solicitation) C.9 REPORTING REQUIREMENTS a. Daily Activity Report: listing the games played (designated by consecutive number), the number of players paying and participating in the location, the winner(s) of each game, the amount of residual income from each game. The contractor supplied point of sale system must also generate an Activity Monthly Reconciliation Report from each activity, combining into an Installation Monthly Reconciliation Report for each installation, and the sum of all installations shall build into a Region Monthly Reconciliation Report, compiling the same data reported from the Daily Activity Reports. Each report shall be forwarded to the Contractor and to the COR each month, via email, in an itemized report with detail for each venue with income reports corresponding to the reporting data. This report will be the basis for reconciliation of the Cost Sharing Fee revenue, which shall be submitted within thirty (30) calendar days following the last day of the previous month, at no cost to the MWR activity. The Reconciliation Report and Cost Sharing Revenue will be subject to periodic review by the Contracting Office (or their designee) and/or the U.S. Navy Audit Agency. b. Quarterly Progress Report (QPR): The contractor shall ensure that a QPR is submitted to the COR outlining the expenditures, billings, progress, status, and any problems/issues encountered in the performance of the contract requirements. SUBMISSION OF OFFERS Offers and modifications thereof shall be submitted in sealed envelopes or packages addressed to the office specified in the solicitation, and show the time specified for receipt, the solicitation number, and the name and address of the offeror. A pre-proposal conference is scheduled and it is requested that a list of questions be presented prior to conducting the conference. All prospective offeror(s) desiring an explanation or interpretation of the solicitation, specifications, etc., must request it in writing via email to john.wolfslau@navy.mil or troy.milburn@navy.mil no later than June 28, 2012 COB (Central Time Zone). No questions are anticipated to be answered following the conference date. Pre-Proposal Conference is Scheduled for July 3, 2012 at 9:00am (Central Time Zone). A pre-proposal conference for Millington Naval Support Activity (NSA) will be held as follows: PRE-PROPOSAL CONFERENCE Date: Tuesday, 3 July 2012 Time: Conference: 9:00 AM - 12:00 PM (PST) (if necessary) Registration/ Telephonic Call-In, Conference Line Millington, TN 38055 Conference Location: The Pre-Proposal Conference will be conducted by the CNIC - Millington NSA, Fleet & Family Readiness Support Service Center, Facility & Acquisition Branch (N944), Millington, TN. REGISTRATION: Prospective offerors are encouraged to participate in this conference call. Interested parties must register with John Wolfslau by e-mail at john.wolfslau@navy.mil NLT Thursday, 28 June 2012 at 1:00pm CST. Requests shall provide the following information for representatives attending: Name, company name, e-mail address, phone number. This office will issue electronic mail announcing the date, time, telephone number and a password for the conference call. Participants must be registered with the Contract Specialist for the conference to gain access to the conference call. (a) Prospective offerors are advised that the pre-proposal conference will be held solely for the purpose of explaining the specifications and terms and conditions of this solicitation. Any changes to the solicitation will only be provided by written amendments. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of any such amendment shall be applicable. In no event will failure to attend the pre-proposal conference constitute grounds for a claim after award of the contract. Due Date for Proposals: July 20, 2012 NLT 4:00PM (Central Time Zone) The Offeror may submit the initial Offer by the closing date and time via email, the proposal must be signed and a PDF copy must accompany the submittal offer. Email submission to be sent to the Contract Specialist: John.Wolfslau@navy.mil The Alternate email submittal can be sent to: Troy.Milburn@ navy.mil. Hardcopy Offers and modifications shall be submitted in sealed envelopes or packages addressed to the office specified in the solicitation, and show the time specified for receipt, the solicitation number, and the name and address of the offeror. Offers sent via US mail shall be delivered to the address in block 7 on page 1. Offers hand delivered or sent via courier, i.e. FedEx, UPS, DHL, etc., must be sent to: Commander Navy Installations Command Millington, 7736 Kittyhawk Avenue, Bldg 457, Millington, TN 38055. ATTN: John Wolfslau Thoroughly read and review the solicitation and statement of need when preparing your proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e670e3d53a10f56b679cd9161c4e49e6)
- Place of Performance
- Address: Navy Installations (World-Wide), Washington D.C., District of Columbia, United States
- Record
- SN02781206-W 20120622/120620235922-e670e3d53a10f56b679cd9161c4e49e6 (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 |