Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
SOURCES SOUGHT

58 -- Integrated LED Wall & Floor Projection System - Operational and Program Requirements

Notice Date
10/11/2018
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications 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
W91QV119R0004
 
Archive Date
11/2/2018
 
Point of Contact
Diandra J. Green, , Ryan MacDonald,
 
E-Mail Address
diandra.j.green.civ@mail.mil, ryan.m.macdonald.civ@mail.mil
(diandra.j.green.civ@mail.mil, ryan.m.macdonald.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Operational and Program Requirements Sources Sought Notice – Integrated LED Wall and Floor Projection System INTRODUCTION This sources sought is for informational purposes only. On behalf of the United States Army Military District of Washington (MDW), the Mission and Installation Contracting Command – Fort Belvoir (MICC-FB) is issuing this sources sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide an integrated LED wall and floor projection system. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. 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 submissions. 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 SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Conmy Hall is the United States Army’s premier indoor ceremonial facility and is located on historic Fort Myer, Virginia. Conmy Hall is used as an inclement weather/indoor alternative 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 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. Conmy Hall is a 35,000 SQF historic brick structure configured to conduct indoor ceremonial 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 current projection system is standard projection lamp technology, with two (2) projectors hung from the existing truss system. The screens that are permanently hung from the existing truss are approximately 20 feet wide by 16 feet high. They are electronically controlled via a Crestron media controller to adjust to different heights and aspect ratios as required for different of ceremonies and special events. This system is moderately effective and marginally reliable. It has extreme limitations that compromise the overall mission. There is not currently a floor projection system in the facility, which limits the command’s capabilities when conducting Rehearsal of Concept (ROC) Drills for events of national and international significance. The addition of the LED wall and floor projection system will add immeasurably to the flexibility, quality and reliability of these systems in support of the nationally significant events conducted in Conmy Hall. 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). REQUIRED CAPABILITIES The Government requires an integrated LED wall and floor projection system. The intent of this Sources Sought is to assess the state-of-the art of the technology available in integrated LED wall and floor projection system products that could be applied to meet this requirement. The Government envisions a solution for an integrated LED wall and floor projection system that meets the attached operational and program requirements. Non-Developmental Item. The integrated LED wall and floor projection system should be a non- developmental item to the maximum extent possible. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Authorized Field Service and/or Repair Technician. The Contactor shall provide an authorized field service and/or repair technician for the LED Wall and Christie Projection (brand name or equal). System Integrator. Due to the complex nature of the control system, fixture placement, accessories compatibility skill level needed to integration and programming, a System Integrator with a minimum of five (5) years of experience is required. Integrator must have a history working with both projection and LED wall systems, theatrical control systems. LED System Engineer. The Contractor shall provide a programmer with five (5) years minimum experience programming the specified video/projection controller. Experience must include multiple video templates, event list programming, LED wall design, control, construction for LED and projection. SPECIAL REQUIREMENTS Work performed for the potential requirement does not require a security clearance. However, all Contractor personnel with access to unclassified information systems, including e-mail, shall have at a minimum a favorable National Agency Check with Inquires (NACI). All products and equipment associated with the integrated LED wall and floor projection 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 334290 with a Small Business Size Standard of 750 Employees. The Product Service Code (PSC) is 5895. SUBMISSION DETAILS 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 Diandra Green via email at diandra.j.green.civ@mail.mil and Contracting Officer Ryan Macdonald via email at ryan.m.macdonald.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. All data received in response to this Sources Sought Notice 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/b038f20e0e1ad11df4a5859bf037b4db)
 
Record
SN05120950-W 20181013/181011230631-b038f20e0e1ad11df4a5859bf037b4db (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.