DOCUMENT
70 -- Audio Visual & Communication System Upgrade - Attachment
- Notice Date
- 2/28/2018
- Notice Type
- Attachment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9193
- Response Due
- 3/6/2018
- Archive Date
- 4/5/2018
- Point of Contact
- Won Chae
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334310 (size standard of 750 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Audio Visual & Communication System Upgrade, that at a minimum meets the following salient characteristics/statement of work for the VA Greater Los Angeles Healthcare System (VAGLAHS): Salient Characteristics Must be compatible with Crestron and Hiperwall API Programs Must meet all Hiperwall Network Interface requirements and be able to interface with existing Americon custom modules and programs Statement of Work 1. Background The upgrades will provide the medical center director and staff with real time situational awareness during emergency events and provide video teleconferencing to internal VA facilities and external agencies. Contractor shall upgrade the Audio Visual system and Communication in Room 6400 (Executive Conference Room) in Bldg-500 and integrate it with the Emergency Command Center Communication system in Bldg-222. 2. Scope and Requirement Remove existing equipment Complete Hiperwall integration of Room 6400 with Bldg-222 Emergency Management Command Center. Complete custom programming upgrades of -Creston control system. All furniture shall match existing custom furniture in the Emergency Management Command Center and Executive Conference room in Bldg-500 creating a continuity of operation. Integrate video conferencing technology with currently being installed system with multiple cameras and custom control interface. Conference room furniture will directly integrate with the video wall audio visual presentation system to hide all cabling. All furniture will contain integrated equipment racks housing equipment required for interfacing with conference room sources. This upgrade includes design, manufacturing and integration with existing Americon system in the Emergency operation. Project Management Installation and training Installation of audio/visual equipment Installation of lighting and occupancy sensors Installation of input/output cards Programing of all equipment and monitors 3. Safety Requirements The contractor shall perform work in strict accordance with existing relevant, accredited standards and codes in order to minimize the possibility of injury to personnel or damage to Government equipment. Every effort shall be made to safeguard human life and property. 4. Performance Monitoring The contractor shall provide monthly reports to the COR in regards to equipment that needs attention, signal reports, loss of connection. 5. Security Requirements All contractor personnel are also required to wear vendor ID Badges noting contractor Name, Personal Name, and Photo of Contractor personnel. All Contractor personnel should get security clearance from the VA Security Office. 6. Place of Performance VA West LA 11301 Wilshire Blvd Bldg. 500, Rm 6400 Los Angeles, CA 90073 7. Qualifications Technician shall be certified Crestron installers with audio/visual background 8. Estimated Period of Performance 03/19/2018 to 07/20/2018 9. Type of Contract Firm Fixed Price 10. National Holidays: Any holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. The Contractor is not required to provide services on the following holidays unless otherwise directed: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 11. Quality Assurance: The Contractor shall perform services in accordance with the ethical, professional and technical standards with VA policy, regulations and procedures. Persons provided by the Contractor shall be technically, proficient in the skills necessary to fulfill the Government s requirements to include the ability to speak, understand, read and write English fluently. 12. Changes: Only those services specified herein are authorized, before performing any service of non-contract nature, the Contractor shall advise the Contracting Officer of the reasons for the additional work. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. 13. Smoking Policy: Smoking is not permitted within or around the VA except in designated areas. Item Information Integrated 8-channel lighting system: Part Number GLPAC-DIMFLV8, 1 EA Designer Keypad Plus Engraving: Part Number C2N-CBD-P, 2 EA Ceiling Mount Occupancy sensor, 200 square feet: Part Number GLS-ODT-C-NS, 1 EA Sensor Integration module: Part Number GLS-SIM, 1 EA 10.1" Touch screen, black smooth: Part Number TSW-1060-B-S, 1 EA Tabletop kit for TSW-1060, Black smooth: Part Number TSW-1060-TTK-B-S, 1 EA Over frame bezel kit for UN551S: Part Number KT-55UN-OF4, 1 EA TILT-N-PLUG w/ transmitter and DM Input card Bundle: Part Number TNPCUST, 6 EA 2-Channel DM Output card: Part Number DMC-4K-CO-HD-HDCP2, 2 EA 4K DigitalMedia 8G+ Receiver & Scaler: Part Number DM-RMC-4K-SCALER-C, 2 EA 55" Ultra Thin Bezel LCD Display: Part Number UN551S, 2 EA Videowall Display mounts: Part Number LMV, 2 EA Programming 17 OPS card for Displays: Part Number OPS-TICS-PS, 8 EA Cisco codec camera 60 kit: Part Number CTS-SX80-IP60-K9, 1 EA HDMI 4K Input Card: Part Number, DMC-4K-HD-HDCP2, 3 EA 4K HDMI Output Card: Part Number, DMC-4K-HDO, 1 EA Copper Input Card: Part Number, DMC-4K-C-DSP-HDCP2, 1 EA 16 Port Managed POe Switch: Part Number CEN-SWPOE-16, 2 EA Cable Wire Incidentals: Part Number, CWI, 1 EA VTC Camera: Part Number CTS-CAM-P60, 1 EA Installation and Training: Part Number The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to won.chae@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, March 06, 2018 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9193/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9193 36C26218Q9193.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115466&FileName=36C26218Q9193-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115466&FileName=36C26218Q9193-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9193 36C26218Q9193.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115466&FileName=36C26218Q9193-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angele, CA
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN04838067-W 20180302/180228231416-b44ff3dc9d9b1c4bf903dc27e61b8ce4 (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 |