SOURCES SOUGHT
58 -- Integrated Sound Systme and an Integrated Theatrical Lighting System - Statement of Work
- Notice Date
- 10/11/2018
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
- ZIP Code
- 22060-5134
- Solicitation Number
- W91QV119R0005
- Archive Date
- 11/2/2018
- Point of Contact
- Sherry L. Carner, Phone: 7038064425, Harry W Shatto, Phone: 7038068249
- E-Mail Address
-
sherry.l.carner2.civ@mail.mil, harry.w.shatto.civ@mail.mil
(sherry.l.carner2.civ@mail.mil, harry.w.shatto.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Integrated Sound System and Integrated Theatrical Lighting System SOURCES SOUGHT NOTICE INTRODUCTION “This sources sought is for informational purposes only”. On behalf of the Joint Force Headquarters - National Capital Region (JFHQ-NCR), and the Military District Washington, the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for an integrated sound system and an integrated theatrical lighting system in Conmy Hall. Conmy Hall serves as the United States Army’s premier indoor ceremonial facility. lt is used as an indoor venue for The White House (WH), Department of Defense (DOD), Department of the Army (DA) and U.S. Army Military District of Washington-Joint Force Headquarters-National Capital Region (USAMDW/JFHQ-NCR) ceremonies, exercise support, musical performances, and special events. The facility is also used by The 3rd United States Infantry Regiment "The Old Guard” (TOG) and The United States Army Band "Pershing’s Own” (TUSAB) for ceremonial training and special events. The i ntention is to procure these supplies/services on a competitive basis. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Place of Performance The work to be performed will be performed at Conmy Hall, Building 241, Joint Base Myer-Henderson Hall, Virginia. DISCLAIMER “This sources sought is for informational purposes only. This is not a “ request for proposal (RFP)” to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ) or invitation for bid (IFB) or RFP, if any issued. If a solicitation is released, it will be synopsized on the Government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.” BACKGROUND Conmy Hall is a 35,000 SQF historic brick structure configured to conduct indoor ceremonial and special events. It consists of a rectangular polyurethane performance floor approximately 125 feet wide by 225 feet long surrounded on three sides by theatrical style seating area (1200 person capacity). The brick back wall serves as a backdrop for the ceremonial activities/parades and also accommodates the two large entry doors that enable marching elements to enter and exit the performance floor. The lighting system is currently comprised of an ETC dimming system with approximately 768 dimmers and an ETC lighting console. There is a 12 feet by 12 feet box truss grid running the length and width of the performance area, approximately 23 feet off of the concrete floor. The truss configuration allows for an infinite number of lighting positions for the 140-plus 575w & 750w incandescent ellipsoidal and par fixtures currently installed in a fixed-focus configuration. The current sound system can best be described as a sports hall loudspeaker system. Two drop down screens supported by projectors provide the only visual presentation capability. There are administrative areas (hall entry ways to the performance area, control suite, VIP lounge, restrooms, and various storage and office spaces that total approximately 5000 SQF). This system is inefficient and limits the capabilities and use of this facility. REQUIRED CAPABILITIES The contractor shall provide an integrated concert-grade state of the art performance sound system and a theatrical lighting system in Conmy Hall, a historic ceremonial event facility, to improve and update technical audio and lighting capabilities to better accommodate current ceremonial/theatrical uses and leverage industry standards/best practices; improve participant experience in listening and viewing the events; and other improvements, as deemed necessary, to reduce the facility overall energy consumption. Work shall include an assessment of the existing infrastructure; a review of the drawings and specifications as provided by the Government; furnish and install the materials and equipment necessary in accordance with the Government-provided design and specifications. The contractor shall be responsible for coordination between the electrical installation and other trades installing theatrical lighting equipment and sound system components, for control terminations, system startup, system training, and warranty repair. The contractor shall be responsible for verifying mounting compatibility and clearances of all sound system fixtures. The contractor shall verify compliance of all sound system equipment specified, in its intended application on this project, to ensure it complies with all applicable national and local codes, ordinances, regulations, and jurisdictions prior to ordering equipment. The contractor must abide by all statutes, applicable regulations, publications, manuals, and federal policies and procedures. The contractor shall conduct an operating test all necessary equipment and provide a complete and functional system. The system shall test free from grounds, shorts and other faults and perform in accordance with performance standards. All connections will be thoroughly checked for mechanical and electrical connections. All sound system equipment shall be demonstrated to operate accordingly. All equipment and components shall be new and complete. All mounting hardware such as rack ears, mounting plates, bolts and hardware shall be included. All wire sizes to comply with UL standards and local codes. Wire management shall be implemented and be contained in neat combined harnesses or bundled using appropriate cable ties. All wiring connections shall go to terminal strip, connector or punch block, no wire to wire connections. All 3-pin XLR connectors to be wired pin-2 hot. Unless otherwise stated, all rack-mounted components shall be mounted to EIA racks using professional grade rack-mounting accessories per EIA standard. If your organization has the potential capacity to perform these contract supplies/services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential sources for this requirement. SPECIAL REQUIREMENTS: The contractor shall comply with and meet all access control requirements for personnel, vehicles and deliveries. The contractor shall be responsible for ensuring that all contractor personnel authorized to perform under this contract obtain installation access. Within five (5) workdays after contract award, the contractor shall submit to the Contracting Officer and the COR the names of ALL personnel working under this contract. Changes to the contractor personnel list shall be submitted within 24 hours of the change taking place. All contractor employees shall have on them, at all times, positive photographic identification. Lighting – The contractor shall provide a programmer with 5 years minimum experience programming the specified lighting controller (Hog 4 Series). Experience must include multiple cue lists, event list programming, LED color mixing, DMX and lighting networks and programming of moving lights. Due to the mission of Conmy Hall, supporting events of national and international significance and the high profile nature of the agencies that are supported (The White House, DOD, State Department, etc. Due to the complex nature of the control system, fixture placement, accessories compatibility skill level needed to focus fixtures, and programming, a System Integrator with a minimum of 5 years of experience is required. Integrator must have a history working with both DMX and Ethernet based data distribution systems, theatrical control systems (specifically the High End Hog), theatrical and architectural lighting fixtures, and light fixture mounting. Contactor shall be an authorized dealer for: Electronic Theatre Controls (ETC), High End Systems, and Martin Lighting. The Contractor shall supply letters from the manufacturers confirming their status as an authorized dealer upon request. Contactor shall have on staff, as a full-time employee, an authorized field service and/or repair technician for Electronic Theatre Controls (ETC), High End Systems, and Martin Lighting. Audio – The contractor shall provide technician/s with a minimum of 5 years minimum experience in design and installation of D&B audio systems. Contractor shall be an authorized D&B dealer, contractor shall supply letters from the manufacturers confirming their status as an authorized dealer upon request. Contactor shall have on staff, as a full-time employee, an authorized field service and/or repair technician for D&B audio systems. Systems Integrator must have, at a minimum, 3 years of audio system integration in working with DANTE protocol and Crestron control systems. All products and equipment associated with integrated sound system and an integrated theatrical lighting system should be in compliance with the Berry Amendment (USC, Title 10, Section 2533a). See Defense Federal Acquisition Regulation Supplement (DFARS) Part 225. ELIGIBILITY The applicable NAICS code for this requirement is 334310 with a Small Business Size Standard of 750 employees. The Product Service Code is 5895. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS A Statement of Work (SOW) is attached to this announcement. Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Sources Sought Notice. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF) to Contract Specialist Sherry Carner at sherry.l.carner2.civ@mail.mil and Contracting Officer Harry Shatto at harry.w.shatto.civ@mail.mil no later than 3:00 p.m. EST on 18 October 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The contract type is anticipated to be firm-fixed price. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/023b218462700e48603b782079630e77)
- Record
- SN05120771-W 20181013/181011230552-023b218462700e48603b782079630e77 (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 |