Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOLICITATION NOTICE

58 -- Briefing Console Upgrade

Notice Date
9/8/2020 6:38:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420Q0102
 
Response Due
9/22/2020 7:00:00 AM
 
Archive Date
10/07/2020
 
Point of Contact
Marjorie E. Frazier, Phone: 3017446926, Fax: 3017446632
 
E-Mail Address
marjorie.frazier@navy.mil
(marjorie.frazier@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Request for Quote (RFQ) is for a commercial service. The solicitation number for this procurement is N0017420Q0102.� The anticipated award will be a Firm Fixed Price Contract. Response with quote due 22 September 2020. The award will be made based on price. � � DESCRIPTION: CLIN 0001 � Swivel Mount; 1 each CLIN 0002 � Switching Unit; 1 each CLIN 0003 � Display 86� 4K, W/ATSC Tuner; 2 each CLIN 0004 � 4K Digital Media Presentation System 250; 1 each CLIN 0005 � Digital Media 4K 8G + RX Room CNTR 100 CLIN 0006 � Crestron Touch Pad; 1 each CLIN 0007 � Receiver and Room Controller; 2 each CLIN 0008 � BLU-Ray/DVD; 1 each CLIN 0009 � Material Description; 1 each� CLIN 0010 � Bracket, Fusion Tilt Mounting; 2 each CLIN 0011 � Engineering Programming, Installation; 1 each CLIN 0012 � CDRL A001 Developmental Design Drawing/Models & Associated List CLIN 0013 � CDRL A002 Training Baseline (TB) System Training Documentation Documents attached: CDRLs; Statement of Work DD1423;DD1423-11-CDRL Briefing Console System; DD1423-11-CDRL Briefing Console Training; DIPSSS82210; DI-SESS-81002F Required: �A pre-solicitation site visit is required, set up by the Government, during which interested Contractors will have the opportunity to ask questions and gather the necessary information. Request to for site visit must be requested as soon as possible and must be completed to submit quote by 22 September 2020 POC for Site Visit: William.Sanders3@navy.mil Email Marjorie.frazier@navy.mil first if interested in submitting a request for site visit and quote. Statement of Work: Statement of Work For Technical Support Center�s Briefing Console Systems Materials and Services At The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) � 1.0 SCOPE � The Government requires project management, system engineering, materials, integration, installation, and testing of the Technical Support Centers (TSC) Briefing Console. The Briefing Console will connect to Secret Internet Protocol Router Network (SIPR) and the Non-classified Internet Protocol Router Network (NIPR).� The Console will also connect to a Blu-ray player. The Contractor shall remove the existing Console equipment in Building 2172, Room 272 the Technical Support Center, at the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) Stump Neck Campus in Indian Head, Maryland. All existing equipment will remain the Government�s property and shall remain on the Government site. The Contractor shall provide the labor, equipment, and materials to install a new Console system in Building 2172, TSC, which shall include integration into the centralized control capability. For this project, the contractor shall develop detailed system requirements and conduct system design reviews with NSWC IHEODTD Government personnel to ensure the system design meets user needs and the appropriate equipment is selected. After installation and system groom, the contractor shall perform an acceptance test with the NSWC IHEODTD users to ensure the systems are fully functional and meet user requirements. After completion of acceptance testing, the Contractor shall provide maintenance and operational training to the users. There will be a pre-solicitation site visit set up by the Government, during which interested Contractors will have the opportunity to ask questions and gather the necessary information. 2.0 APPLICABLE DOCUMENTS N/A 3.0 REQUIREMENTS � The Contractor will be required to perform a site survey prior to developing detailed system requirements.� All equipment removed or not utilized during the performance of this project will remain the property of the U.S Government and shall be returned to NSWC IHEODTD for disposition. The Contractor will perform a site survey post award to finalize the equipment list. � � � � 3.1������ Design Requirements � All Systems � 3.1.1 �� Capability The Briefing Console system shall be furnished with the following capabilities. � The ability to provide high definition local presentations of all available sources SIPR, NIPR and Blu-Ray ��� ���������� Two wall mounted 80� 4k UHD monitors. � Program and configure the touch panel and/or remote to accommodate all sources and user commands. The dimensions of the current rack is h 39�, w 22�, d 24� 3.2������ Equipment Removal Requirements � All existing equipment shall be removed by the Contractor and turned over to Government. The Government will provide all power connections. � 4.0 DELIVERABLES Contractor will be responsible for transporting all equipment to NSWC IHEODTD Stump Neck campus.� No equipment will be routed through NSWC IHEODTD Property Office. All cabling will be labelled IAW the System Drawings. Documentation: System Drawings (CDRL A001) Equipment List with manufacture models numbers and serial numbers Training Documentation� (CDRL A002) Vendor Manuals and Warranty Information Vendor will provide both written and electronic documents on the system design, installation, usage and all manuals and hardware documentation.� The electronic and paper documents will be properly labeled.� � Services: The service contract includes phone and on-site support (within 24 hours) as needed for equipment configuration issues, and hardware and software issues.� Also includes replacement of broken or faulty equipment. Standard commercial warranty � The Contractor will provide a standard Commercial Warranty, specify terms and conditions of the warranty, and identify the warranty period.� Warranty for all equipment shall commence from date of delivery and Government acceptance. Include in pricing (all shipping should be FOB Destination) Shipping to: NSWC IHEODTD Receiving Office 4522 McMahon Road, Building 116 INDIAN HEAD MD 20640 ���������������������� Clauses: 52.204-3,Taxpayer Identification; 52.204-13;System for Award Management Maintenance; 52.212-1; Instructions to Offerors Commercial Items; 52.217-5; Evaluation of Options; 52.217-3; Evaluation of Options; 52.222-22; Previous Contracts and Compliance Reports; 52.237-1;� Site Visit; 52.252-1; Solicitation Provisions Incorporated by reference; 252.203-7005; Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Deviation) 2016-O0001) (Oct 2015); 252.204-7011; Alternative Line Item Structure; 252.219-7011; Notification to Delay Performance; 252.225-7048; Export-Controlled Items; 252.232-7003; Electronic Submission of Payment Request and Receiving Reports 252.237-7010; Prohibition on Interrogation of Detainees by Contractor Personnel, 252.239-7009; Representation of Use of Cloud Computing, 252.239-7018; Supply Chain Risk; 252.244-7000; Subcontracts for Commercial Items; 52.204-24; Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25; Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Offer should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICAPBLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Failure to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Due to COVID-19 Email is preferred. Points of contact: Contract Specialist/Administrator: Marjorie Frazier Phone 301-744-6926: FAX: 301-744-6632 E-Mail: Marjorie.frazier@navy.mil Due to COVID-19 Email is preferred IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website https://www.sam.gov 3) All Amendments, if applicable, must be acknowledged. 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) PLEASE SEND ALL OFFERS TO ALL POINTS OF CONTACT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ecc4e8e89d754c1b958cb6ac21b613a9/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05789997-F 20200910/200908230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.