DOCUMENT
N -- NCOD Conference Room Upgrade RFI - Attachment
- Notice Date
- 1/4/2018
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- 36C10X18Q9079
- Response Due
- 1/10/2018
- Archive Date
- 1/15/2018
- Point of Contact
- William Milline
- E-Mail Address
-
5-0857<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- National Center of Organizational Development NCOD Training Room Audio/Visual (A/V) System Upgrade STATEMENT OF WORK Design and Installation of upgrade to a completely integrated A/V system Vendor/ Contractor shall design and install an upgrade to a fully integrated state of the art A/V system for the NCOD Training Room located at Suite 230, 11500 Northlake Drive, Cincinnati, Ohio, and complete the work as described below. This SOW is to perform the design, integration, installation and training as identified in this document. 1. Introduction: The NCOD office is located in Suite 230, 11500 Northlake Place, Cincinnati, Ohio. The current suite includes an approximately 1700 net square foot (NSF) training room that is dividable, by Air Wall into two approximately 850 NSF training rooms (Attachment A). A current fully integrated A/V System is installed in this space and functions as one system when the room is used in whole and functions as two separate systems when the room is divided via use of the Air Wall. NCOD intends to furnish selected equipment to be integrated into the existing system as listed in Section 5. The primary intent of this upgrade is to enhance audio capabilities both within the training room and for virtual engagements with the installation of (2) advanced ceiling array microphones. This Statement of Work describes the requirements for the system operation, function and use. The Vendor/Contractor will be responsible for the design and installation of the system to function as an integrated system that provides the maximum flexibility, is expandable, provides the highest audio and video quality, and is user friendly. 2. Qualifications: The Vendor/Contractor shall have at least five years of successful experience in this field. The experience shall be largely with institutional, educational, and/or commercial experience in the design and installation of similar size and complex conference/training centers. Technicians must demonstrate familiarity with the existing systems currently installed and with equipment proposed for the upgrade to the current system. The Vendor/Contractor must be locally based and available to service the equipment as needed. 3. System Requirements: Vendor/Contractor will be provided a scaled architectural drawing of the training room space. The Vendor/Contractor shall provide a proposal showing locations of all provided equipment, speakers, system connections (remote video and computer connections), microphones, and other components. Proposals are to include any needed acoustical and/or sound dampening needed to eliminate echoing and feedback. Vendor/Contactor is to furnish all labor, tools, and materials (cabling, connections, speakers, and equipment) necessary to fully install, integrate, and program the system to function as intended. This includes but is not limited to any additional components, beyond the currently installed equipment listed below to provide a complete functional system of highest video and audio quality. The Vendor/Contractor shall provide a detailed list of all additional components and equipment being furnished. Specifications are to be provided for all supplied components and materials for approval by the VA. All material and equipment provided by the Vendor/Contractor must be commercial grade designed for the intended use and must be of the same or better quality of the currently installed equipment so not to degrade the video and/or audio quality in anyway. The system is to be user friendly and capable of being used as single integrated system using a single wireless controller when the room is used in whole and must function as two separate and independent systems when the room is divided by the Air Wall. System shall be flexible and easily adapted to various room configurations including but not limited to meeting room, classroom, lecture, and grouped tables. For this reason, use of wireless devices shall be utilized to the extent practicable to eliminate the need for in floor connections and trip hazards presented by wired systems. Vendor/Contractor shall review the list of the currently installed equipment and provide professional review to ensure compatibility of systems to be integrated as well as consultation to ensure equipment is the latest state of the art technology. Vendor/Contractor shall provide 2 hours of general training on the operation of the system. An additional 4 hours of training shall be provided for up to 4 NCOD staff that will include system maintenance, programming, troubleshooting and other advance user features. System shall be capable of multiple levels of user access including but not limited to general user and advanced user. The Contracting Officer s Technical Representative (COTR) will provide a two week notice for work to begin. Since this space is currently in use, coordination with the general contractor will be required to determine the point in time that the space will be ready for system installation and upgrade. 4. System Functionality: The installation of the requested equipment must integrate and support the current operations and functionality of the current system as detailed below. One touch operation for the following list of functions. One touch operation is defined as the user only needs to touch the option desired without multi-levels of input, for example to use the Video Conferencing feature, touching the button V-Tel would turn on the Video Conferencing, the Monitor, Audio, and correctly set all inputs to the preprogrammed setup. Likewise turning the system off would be accomplished with a single one touch operation. Video Conferencing with or without teleconferencing Video Conferencing using a presentation from a networked or laptop computer Video Conferencing showing a DVD, satellite or other input. Teleconferencing only Presentation from Networked or laptop computer on the Monitors and/or through the ceiling mounted projector (ceiling mounted projector will be only used for entire room functions) View VA Satellite programming View DVD/VHS Capable of adding a Whiteboard in the future Single Room Configuration All the functionality of the paragraph A plus the ability to display the same image on both room LCD monitors and the through the ceiling mounted projector. All the functionality of the paragraph A plus the ability to display different images on both room LCD monitors and through the ceiling mounted projector. Video Conferencing capability to show the presentation being sent over the Video Conference on one monitor and see participants at the distant location on the other monitor. Split Room Configuration All the functionality of the paragraph A with both rooms controlled and operated completely independently with separate system controllers. 5. Equipment: Oncoming Equipment Quantity Equipment 1 QSC Unified Series Core with 24 local I/O channels, 128x128 network I/O channels, dual LAN ports, telephone POTS, 16.16 GPIO, 16 AES channels, 1RU 2 Shure MXA910 Microflex Advanced Ceiling Array Microphone Currently Installed Equipment Which Must Remain Compatible Quantity Equipment 2 Tandberg C40 1 Panasonic Projector 2 Crestron TSP-6X, Isys Wireless Touchpanel 2 Crestron TSP-6x-DSW 1 AV2, Economical Dual Bus Control System 1 CEN-HPRFGW, High Powered RF Gateway 1 QM-AMP3X80MM, 3 Channel Multimedia Amplifier 2 Samsung, UN65C8000, 65 inch Backlit LED TV, 1080p (FullHD) 1 DVD/VCR Combo 1 DA-Lite 9753D Motorized Ceiling Mounted Screen (120 Diagonal) 6. Warranty Restrictions: The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government s rights to other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and services listed in the SOW. 7. Delivery of Requirement: The contractor shall ensure installation is completed within 30 days of beginning work. 8. Additional Information: The requirement is requesting for local SDVOSBs/VOSBs located in Ohio. There are no existing ceiling speakers. Site visits are available on Wednesday January 10, 2018 from 12:00pm to 1:00pm/EST. All interested vendors must notify the Contract Specialist if they are interested in attending the site visit. Site visits will be conducted through the COR which will be identified to interested vendors. Site Visit personnel shall be limited to three. If you have any questions or concerns please contact the Contract Specialist, William Milline, at William.Milline@va.gov or 240-215-0857. Attachment A Attachment B
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X18Q9079/listing.html)
- Document(s)
- Attachment
- File Name: 36C10X18Q9079 36C10X18Q9079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3999374&FileName=36C10X18Q9079-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3999374&FileName=36C10X18Q9079-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10X18Q9079 36C10X18Q9079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3999374&FileName=36C10X18Q9079-000.docx)
- Place of Performance
- Address: National Center for Organizational Development;11500 Northlake Drive Suite 230;Cincinnati, OH
- Zip Code: 45249
- Zip Code: 45249
- Record
- SN04781377-W 20180106/180104230847-7cec9ac980b6be7aec1c6102f9f71c4d (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 |