Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
DOCUMENT

59 -- Auditorium Audio-Visual equipment - Attachment

Notice Date
1/28/2015
 
Notice Type
Attachment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA52815Q0065
 
Response Due
2/9/2015
 
Archive Date
4/10/2015
 
Point of Contact
ANTHONY MURRAY
 
E-Mail Address
Y.MURRAY2@VA.GOV<br
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS/SOLICITATION ISSUED January 28, 2015 PART: U.S. Government Procurements SUBPART: Supplies, Equipment, and Materials CLASS CODE: 68 Chemicals OFFADD: Stratton VA Medical Center 113 Holland Ave, Albany, NY 12208 SUBJECT: Auditorium AV Equipment and custom millwork SOL: VA528-15-Q-0065 DUE: February 11, 2015 POINTS OF CONTACT: Anthony Murray, Anthony.Murray2@va.gov, 518-626-6138 WEB ADDRESS: http://vaww.visn2.med.va.gov/ DESCRIPTION: This is a combined synopsis solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Proposals are being requested for Request for Proposal (RFQ), VA528-15-Q-0065for the following product: AV components, hardware, software wiring and custom millwork to house the components for Albany VA Auditorium. (see attached SOW) Solicitation VA528-15-Q-0065 is issued by Stratton V.A. Medical Center 113 Holland Ave, Albany, NY 12180 who anticipates not conducting discussions with offerors submitting quotations under the subject solicitation and reserves the right to make contract award based on the initial offer submitted. Requirements may be added by future amendments to this solicitation. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Only offers from companies with a valid GSA schedule contract or GSA teaming agreements for these items will be accepted. Furthermore, IAW FAR 19.5 Set-Asides for Small Business, this solicitation will be set aside to small businesses with valid GSA schedule contracts or valid GSA teaming agreements. SYNOPSIS/SOLICITATION Proposals must be received no later than 2:00 pm, EST on Wednesday February 11, 2015. Offers may be submitted via email to Anthony Murray, Anthony.Murray2@va.gov. When submitting offers, please note the solicitation number VA528-15-Q-0065 in subject line of the email. Please note that the offeror assumes all risk for any delay in the transmission of their proposals. Any offers received after the 2:00 PM EST deadline will not be considered. All offerors are encouraged to review FAR 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS and Internal Instruction, INT L2.11-4, E-MAIL QUOTATIONS and to submit their proposals early. Statement of Work I.INTENT This is a Statement of Work for the acquisition and installation of Audio Visual components, hardware, and software, wiring and custom millwork to house the components in the newly renovated Auditorium of the Department of Veterans Affairs, Albany, NY. The facility is located at 113 Holland Avenue; Albany, NY 12208. No new construction or building modifications will be required of the Contractor. All work is to be performed within newly renovated 3rd floor Auditorium of the Albany, NY VAMC. II. PROJECT SCOPE AND DESCRIPTION A.Overview This project will consist primarily of installation and assembly of all new audio visual components, wiring and cabling, components both hardware and software including automated visual display screens, monitors and microphone sound systems for the newly renovated Auditorium project. All work is to be completed during business hours. The Contractor shall submit a schedule for approval. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. The Contractor will be responsible for the coordination for staging areas and parking within the building with the building management and the parking garage management. B.Scope The project consists of installation of sound system components, visual system components, hardware and software, new custom podium with speakers, microphone system and controller panels. The requirements of these new audio visual items shall match or meet that as described within the quote attached: Labor to receive, deliver, and install at the VA Medical Center in Albany, NY- 3rd floor Core Auditorium ; Includes uncrating, assembly - ready for use with all removal of trash and cardboard. All shipping and handling fees and any crating fees for all materials and products shall be incorporated and included in final bid quote with no additional costs to VA. The Contractor shall fully install the specified audio visual system complete as noted below. The contractor shall remove any debris from the install area, vacuum the area and remove any dust from all affected work areas. The Contractor will be responsible for procuring at contractor's expense any material necessary to complete the job requirements. Installation and any required re-installation shall include electrical disconnect and reconnect from and to the building power source and also the removal and any re-installation of any power and data cables directly attached to installed components. "(1) Christie LWU505A 5000 Lumen WUXGA HD LCD Projector with Matched Zoom Lens "(1) Christie Ceiling Mount Hardware "(1) Crestron V-Panel 15" Tilt Touch Screen Display "(1) Crestron Touch panel Graphics Processor with HDMI Input "(1) Crestron 8x8 Digital Media Switcher "(2) Crestron Digital Media 8G+ Transmitter 201 "(2) Crestron Digital Media 8G STP Input Card for DM Switchers "(1) Crestron Output HDMI/Audio Dual "(1) Crestron 4 DM 8G STP w/2 HDMI Output Card "(5) Crestron Digital Media 8G+ Receiver & Room Controller Scaler "(3) Crestron HDMI Input Card for DM Switchers "(1) Crestron 3-Series Control System "(2) Crestron HDMI Extender for Cameras "(1) Draper Series E 123" Diagonal Screen with Low Voltage Controller. Low Voltage Control Switch to be Installed Near Screen o(note - VA Albany to install screen and provide 110VAC power and drop ceiling trim work) "(1) ClearOne Converge Pro 880T Audio Processor with Phone "(1) ClearOne Converge Pro 8i "(1) Shure Miniature Gooseneck Podium Microphone with Shock Mount "(1) Shure UHF Wireless Lapel Microphone Set "(1) Shure UHF Wireless Handheld Microphone Set "(4) LG AVC55LD520C 55" Commercial Grade LCD HD Display with 2 Year Manufacturer's Warranty "(1) Miller Millworks Custom Hardwood Podium (to re-use existing LittleLite) Recessed Touch Panel Cut-Out, Keyboard Drawer, Double Door Rack Enclosure, Front Access Panel and Casters "(1) AVSG Custom Programming "(1) AVSG System Installation and Labor for items noted above "(4) ClearOne White Ceiling Microphone Array Kit "(1) Shure Rack Hardware for Dual ULX Receivers "(9) JBL 6.5" 2 Way Ceiling Speaker with Backbox and Tile Bridge "(1) Extron XPA 2001-70V, 70 Volt Mono Power Amp - 200 Watts "(1) Extron RSU 129, 1U 9.5" Deep Universal Rack Shelf Kit "(1) Shure 2x2 Audio Processor with Digital Feedback Reduction "(2) AVSG Custom Rack Shelf for OFE Satelite Receiver and Cable Tuner "(1) AVSG Custom Wallplate for Podium Connections "(1) Miller Millworks 42" High Custom Rack Cabinet with Locking Doors and Rear Access "(1) AVSG Rack Hardware "(4) Chief Full Swing Wall Mount with 37" Extension "(1) Extron Small Cable Access Panel Laptop Connection and Power "(1) Cisco C40 Codec with 12x Camera, and Podium Resolution "(1) Cisco Service Contract, 8x5 with Support, Next Business Day, with replacement 1 year maintenance warranty "(1) Cisco 12x HD Secondary Camera "(1) Cisco 1 Year Maintenance Contract for Second Camera "(2) AVSG Custom Wall Brackets for VTC Cameras "(1) AVSG Cables, Connectors and Hardware "(1) 32" CONFIDENCE MONITOR 1 LG 32LD452C 32" Class 16:9 Widescreen HDTV "(1) AVSG Custom Mount "Crestron Digital Media 8G+ Receiver & Room Controller Scaler "(1) AVSG System Installation and Labor for Confidence Monitor All items are brand name or equal IAW FAR. Clause 52.211-6 Brand name or equal. C.Requirements/Salient Characteristics/Specifications C.1. Custom Millwork Custom millwork quality to be cherry wood finish raised panel with added two tone trim where the main body of the cabinet is cherry wood with a maple or light oak trim top and bottom as is shown in the bottom photo of the Custom Lectern Projects. No glass on podium and there must be a least 4 shelves for all the electronics to store in the electronic cabinet. Podium to have recessed touch panel cut-out with keyboard drawer, front access panel, casters, and double door rack enclosure. Final finish and design selections shall be approved by VA COR with full millwork shop drawings provided to the VA prior to finalizing any orders. (Demonstration of two toned trim for example only) (Demonstration of podium style for example only) The second custom electronic cabinet is to be 42"h with custom rack inside with locking double doors and ventilated, locking rear access panel and be of cherry wood finish with raised panel and added two tone trim where the main body of the cabinet is cherry wood with maple or light oak trim top and bottom and coordinating in trim detail to the podium. Final finish and design selections shall be approved by VA COR with full millwork shop drawings provided to the VA prior to finalizing any orders. C.2. Media Components All Media Components have an "Or equal" item listed above in section B that meets the specification for the requirement. ***Manufacturers shall include Christie, Crestron, Draper, Shure, ClearOne, Miller Millworks, AV, Extron, AVSG, Cisco and LG or Equals- FAR 52.211-6 Brand Name or Equal. ***Must meet salient characteristics outlined above when quoting an "or equal" item. "Or equal" items quoted should be similar to the requested dimensions, color scheme, function, and quality. All items quoted as 'equal must have listed dimensions and images of D.DELIVERABLES. See Scope E.PERIOD OF PERFORMANCE. Contract shall be completed within 30-45 days after contract awarded. F.PLACE OF PERFORMANCE. Stratton VAMC 113 Holland Avenue Albany, NY 12208 G.OPERATIONAL HOURS. Facility will be available for installation between the hours of 0700 and 1700 M-F, excluding Federal Holidays. H.GOVERNMENT-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITIES PROVIDED. N/A I.CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. The Contractor shall furnish all supplies, equipment, facilities and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Performance Work Statement to include the additional new/ refurbished furniture. J.SECURITY REQUIREMENTS. A. Installation passes. The contractor will coordinate for the issuance of required installation passes to contractor personnel. Contract personnel shall wear a badge that clearly identifies them as a contract employee. The badge will contain a picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. B. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. C. Company will return all issued US Government installation badges and passes when the contract is completed. D. In addition to the changes otherwise authorized by the changes clause of this contract, should the security condition change at any facility, the Government may require changes in contractor security requirements. K.NON-PERSONAL SERVICE STATEMENT. Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and perform the inspection and acceptance of the completed work. Contract Officer Representative (COR). The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the resulting order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA52815Q0065/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0065 VA528-15-Q-0065_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834748&FileName=VA528-15-Q-0065-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834748&FileName=VA528-15-Q-0065-001.docx

 
File Name: VA528-15-Q-0065 1-AS-101.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834749&FileName=VA528-15-Q-0065-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834749&FileName=VA528-15-Q-0065-002.pdf

 
File Name: VA528-15-Q-0065 1-AS-102.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834750&FileName=VA528-15-Q-0065-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834750&FileName=VA528-15-Q-0065-003.pdf

 
File Name: VA528-15-Q-0065 1-AS-103.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834751&FileName=VA528-15-Q-0065-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834751&FileName=VA528-15-Q-0065-004.pdf

 
File Name: VA528-15-Q-0065 1-ES-001.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834752&FileName=VA528-15-Q-0065-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834752&FileName=VA528-15-Q-0065-005.pdf

 
File Name: VA528-15-Q-0065 1-ES-101.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834753&FileName=VA528-15-Q-0065-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834753&FileName=VA528-15-Q-0065-006.pdf

 
File Name: VA528-15-Q-0065 DigitalMedia 8G+ Transmitter 201.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834754&FileName=VA528-15-Q-0065-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834754&FileName=VA528-15-Q-0065-007.pdf

 
File Name: VA528-15-Q-0065 Draper_VPP09_4-18.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834755&FileName=VA528-15-Q-0065-008.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834755&FileName=VA528-15-Q-0065-008.pdf

 
File Name: VA528-15-Q-0065 Extron Small Cable Access Panel Laptop Connection and Power.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834756&FileName=VA528-15-Q-0065-009.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834756&FileName=VA528-15-Q-0065-009.pdf

 
File Name: VA528-15-Q-0065 id=rsu129.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834757&FileName=VA528-15-Q-0065-010.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834757&FileName=VA528-15-Q-0065-010.pdf

 
File Name: VA528-15-Q-0065 jbl-8138-8-6-watt-70-volt-in-ceili.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834758&FileName=VA528-15-Q-0065-011.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834758&FileName=VA528-15-Q-0065-011.pdf

 
File Name: VA528-15-Q-0065 id=xpa2001.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834759&FileName=VA528-15-Q-0065-012.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1834759&FileName=VA528-15-Q-0065-012.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: STRATTON VA MEDICAL CENTER;113 HOLLAND AVE;ALBANY NY
Zip Code: 12208
 
Record
SN03627009-W 20150130/150128235304-0de0cf4303b4df69c9e98326de60879e (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.