Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
MODIFICATION

58 -- M00264-18-RFI-0212 VTC Install

Notice Date
4/3/2018
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
m00264-18-
 
Archive Date
4/21/2018
 
Point of Contact
Denise G. Russell, Phone: 703-432-1669, Michael T Curley, Phone: 7034320036
 
E-Mail Address
denise.g.russell@usmc.mil, michael.t.curley@usmc.mil
(denise.g.russell@usmc.mil, michael.t.curley@usmc.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Request for Information M00264-18-RFI-0212 The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to provide a Firm Fixed Priced Contract for an Audiovisual System for the USMC Trademark Licensing Office, Stafford, Virginia. The Marine Corps Installation National Capital Region (MCINCR, Regional Contracting Officer (RCO) is requesting responses from 8(a) and HUBZone concerns. The qualifying code for this effort will be NAICS 541512 or 541519. Objectives for the requirement are included in the attached Draft PWS. R esponses to this RFI shall not exceed ten (10) pages, including cover letter and contact information. Subject response must contain: (1) Capability statement sufficient to demonstrate performance acumen directly related to the objective of the Trademark Licensing Office (2) Citation of any current, or past customers (i.e., within the past 2 years) to include contract number, point of contact, telephone number or e-mail address, and (3) other material relevant to establishing core competencies of the firm. Response is due by 12:00 PM EST on Friday, 6 April 2018. Please submit e-mail responses to Denise Russell at e-mail address denise.g.russell@usmc.mil. NOTE : Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such. DRAFT Statement of Work (SOW) for the purchase of an Audiovisual System for the USMC Trademark Licensing Office Stafford, VA 22554 1.0 Background The USMC Trademark Licensing Office has a requirement to provide an audiovisual system in the USMC Trademark Licensing Office conference room. Audiovisual system must be ISDN equipment that is compatible and can be used in conference with the audiovisual system located at Office of U.S. Marine Corps Communication, Pentagon RM 4B548. 2.0 Scope The Contractor shall provide the following services: 2.1 Engineering  To include room layouts, floor plans, room elevation, and other related architectural drawings.  Security Classification - ability to design and engineer rooms that involve SIPR, NIPR, ISDN, JWICS video teleconferencing equipment. Ability to properly implement fiber isolators, and crash switches to meet all current government DOD security standards.  Equipment - utilize only professional grade equipment to include all documents and manuals.  Schematics Design / Review - provide as-built drawings and wiring diagrams as part of final system submission.  Provide source code for touch panel on optical media (US Government will own the rights to all source code provided in response to this contract)  Provide user manual for touch panel navigation and common functionality  Provide training manual for system  Provide a copy of schematics of overall system  Provide spreadsheet in Excel format with information for all incoming assets to include: a) Brand b) Model c) Serial d) Room # e) OEM Manufacturer's Warranty length f) Cost of item g) Service Level Agreement (SLA) information  Provide a CD in Microsoft Office Word with the following Documents a) System drawings b) System equipment c) System User Manuals d) System Programming e) Standardized hard copy size of conference room diagrams: Size 24"X36" with 1"1/2 staple bind 2.2 Training  Upon system completion, the Contractor is required to provide up to eight sessions of two hours (each) training over a period of 12 months on all hardware and software. 2.3 Preventative Maintenance  Upon system completion and government acceptance, the Contractor is required to provide one year of system warranty.  Normal business hours are Monday through Friday 0700 - 1600 Eastern Standard Time.  Perform quarterly checks and cleaning IAW manufacturer's operations manual  Perform quarterly inspections / checks for proper component and system operation  Perform minor operational adjustments  Perform corrective maintenance (CM)  Perform diagnostics of non-functioning equipment/system  Perform testing of replacement parts  Perform all warranty management (to include OEM warranty's)  Assure rapid response within 24 hours during the core hours 0700 - 1600.  Maintain inventory of system critical equipment 3.0 System Requirements The vendor will provide a complete digital solution that allows for High Definition (HD) 1080P. A HD video conference unit(s) will be provided to be able to support NIPR and SIPR video calls. A conference calling solution will be provided. The vendor will provide a video display solution to support HD video and will have the capability to display an installed NIPR computer, a guest NIPR laptop, Blu-Ray, and video conferencing. The vendor will provide a control system in the conference room to control all sources within the system itself. 3.1 Control Array The vendor will furnish (1) 10" minimum color wired touch panels in the conference room. This touch panel will give the operator complete control of the system to include all administrative features. From this touch panel, the operator will be able to make and receive calls, route video, adjust volume, mute and unmute microphones, provide camera control, control functions of the Blu Ray player, and control system power. The control display will provide an easy, intuitive common sense graphical user interface (GUI) layout. The vendor will provide the following (minimum) control functionality:  Video Teleconferencing (VTC): o Place and answer VTC calls. o Pan, tilt, and zoom VTC camera(s). o Route other sources to VTC (far side route presentation).  Video displays control functions: o On/off and mute video for each display.    Source routing, transport controls and volume levels: o Dedicated page for each source in the system; once the source is selected, its corresponding transport controls will become available. Each source page will have the capability to increase, decrease, or mute volume.  Blu-Ray / DVD player transport functions: o Power on and off o Play Disc, pause, stop o Search forward and back o Volume up, volume down, and mute volume  Conference Call: o Volume up, volume down, and mute volume  GFE NIPR Computer: o Volume up, volume down and mute volume  GFE Guest laptop o Volume up, volume down and mute volume 3.2 Equipment rack(s) or Credenza The vendor will provide an equipment rack(s) and/or a credenza where possible to house all of the equipment associated with the system. All of the equipment will be power backed up through Uninterruptible Power Supplies (UPS). All cabling will be neatly managed and labeled according to the system schematics. The vendor will ensure optimal operating temperatures inside the equipment rack(s) / credenza are maintained in accordance with manufacture recommended specifications. The vendor will calculate every piece of equipment's British Thermal Unit (BTU) output (Heat output) in order to design a system which allows proper operating temperatures mentioned above. 3.3 Video Teleconferencing (VTC) The vendor will furnish a NIPR and SIPR video teleconferencing system to meet the minimum specifications as follows:  Video session capability as point-to-point, part of video session and have the ability to participate in a government approved bridge (NIPR and SIPR).  Ability to bridge with 3 other video conference sites simultaneously (1 near end and 3 far end connections), Multi-site.  HD 1080p resolution output, capability to handle NIPR and SIPR  1080P pan, tilt, zoom camera(s)  Via control panel, the end user will be able to select any system Audio/Video source and route it into the VTC to share with the far side (route presentation) 3.4 Camera System The vendor will furnish a HD video camera(s) cameras with 1080P resolution output. The camera(s) will be located as to capture the participants at the table. The camera(s) will pan, tilt, and zoom (controllable through the touch panel). Positioning presets will be available. 3.5 Video Display The vendor will furnish a video display solution capable of an interactive/annotative display function and be able to display any video/audio source within the system at HD quality (or highest quality capable from any source). The video display solution must also:  Include all hardware and video processing required.  Be mounted on the wall as to allow all participants in the room a clear view of what is being displayed.  Be full 1080p LCD monitor of a size that allows for the best possible viewing from the farthest distance within the room possible.  Be rated for 24/7 operation.  Show any source by selecting the source on the touch panel (to include the GFE NIPR and guest laptop computer).  During a video call, have the ability to show the far side VTC camera, any presentation routed to the far side or any combination of the two (presentation and far side VTC camera). 3.6 Audio System The vendor will furnish an integrated audio system to include loud speakers and microphones. The audio system must also:  Be fully integrated with the VTC system for both audio monitoring (listening) and microphone (near side audio pickup).  Loud speakers and microphones will be ceiling mounted as to not interfere with occupants in the room and at the table.  Loud speakers will automatically follow the selected source but have the ability to be split as well (i.e. the video display may show the far side VTC AND a PowerPoint presentation but the loud speakers will output the far side VTC audio and not the audio from the PowerPoint presentation).  During video calls, loud speakers will output far side audio.  Have the ability to mute and unmute microphones from the touch panel. 3.7 Conference Calling The vendor will furnish an integrated conference call system. The conference call system must also:  Be capable of full integration with the provided system for both audio monitoring (listening) and microphone (near side audio pickup).  Loud speakers and microphones must have ability to be ceiling mounted as to not interfere with occupants in the room and at the table. 3.8 Miscellaneous Requirements The vendor shall meet all previously mentioned requirements within this statement of work in addition to the following:  Provide a UPS/power conditioner/surge protector for all rack equipment.  The power load on each UPS will not exceed 80%.  Include all materials, equipment, hardware, and programming.  All audio shall be fully integrated and optimized. Audio will include computers, microphones, loud speakers, Blu-Ray DVD player(s) and any other audio source in the system.  All equipment furnished by the vendor will be of professional grade rated for commercial use.  Provide one external input that allows a guest laptop to be connected to the installed system and controllable through the touch panel.  Furnish one Blu-Ray / DVD player within the system. 4.0 GFE o GFE NIPR CPU - to be housed in equipment rack(s) or Credenza o GFE NIPR Guest Laptop o GFE Conference table o GFE Equipment rack and podium 5.0 Delivery Delivery will be within 90 days of contract award 6.0 Place of Performance Stafford, VA 22554
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/m00264-18-/listing.html)
 
Place of Performance
Address: Stafford, Virginia, United States
 
Record
SN04876767-W 20180405/180403231820-5a756e2088ce0e58c20c50395090e7e9 (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.