Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1997 PSA#1861

1st Contracting Squadron, 74 Nealy Avenue, Langley Air Force Base, VA 23665-2088

70 -- INTERACTIVE MULTIMEDIA PRESENTATION SYSTEM SOL F4460097Q0614 DUE 061397 POC Chip Covington 757-764-7460, MSgt Hooven 757-764-4918 WEB: Langley AFB, http://www.langley.af.mil. E-MAIL: Chip Covington, covingtc@cons1.langley.af.mil. (i) This is a modification/amendment number 0001 to the combined synopsis/solicitation posted in the CBD 20 May 97. This is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Interested parties contact Chip Covington 757/764-7460 (fax 757/764-7447) for pavilion drawings and site plans. For purposes of clarity, this amendment replaces the initial combined synopsis and solicitation in its entirety. The time for receipt of proposals is extended. (ii) Request for Quotation, solicitation # F4460097Q0614 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. (iv) This is a full and open procurement under SIC 5045, Computers and Computer Peripheral Equipment and Software (v) There are three contract line items. CLIN 0001 Furnish one operating interactive multimedia display system as described in paragraphs 4.1 and 5.2 of the SOW, for government software development, and provide a one year warranty. CLIN 0002 Furnish and install a fully operational computer controlled interactive multimedia presentation system with four interactive displays and provide a one year warranty for the entire system. CLIN 0003 (Optional -- This line item may not be awarded) Two year extended warranty to begin at the expiration of the one year warranty included in CLIN 0001 and CLIN 0002. (vi) Description: 1. GENERAL: This statement of work (SOW) defines the performance requirements for a vendor to furnish and install a fully operational computer-controlled multimedia system for the Air Power Pavilion, Langley Air Force Base, Virginia. 2. BACKGROUND: The Air Force is constructing a pavilion which will be used to display the heritage of air power, the Air Force, and Langley Air Force Base. As part of the pavilion, the Air Force plans to install a multimedia system which will be used to display multimedia titles. This SOW describes the requirements for such a system. 3. PROJECT DESCRIPTION: The system must consist of four touch-screen monitors (with enclosures) and associated computers, one large overhead monitor, one remote touch-screen monitor, an audio system, one computer system for government software development, and all supporting electronic equipment. The computers, remote touch-screen monitor, and audio equipment may be located in Bldg 407 (approximately 300 yards from the pavilion) or may be located within the enclosure provided that climatic concerns are adequately addressed. See pavilion drawings for specific details as to preferred placement of kiosks. The government's concept of the system configuration is to mount the computers in Building 407, any offers proposing the system on-site, at the pavilion must clearly describe how the system will be protected from the elements. 3.1. Existing manholes and conduits/ducts are available in the pavilion and from the pavilion to Building 407. See site plan for specific location of conduits and ducts. Conduits, ducts or troughs containing power cables shall not be used for signal cables. There are existing conduits and ducts available for use by the contractor for signal cables. 3.2. The vendor shall prepare a plan showing the vendor's proposed method of installation for all aspects of the job (including equipment location) and submit this plan with the vendor's proposal. Vendors are requested to include pictures and drawings of the proposed enclosures in sufficient detail as to allow the Contracting Officer to conceptually grasp the final appearance of the enclosures. The Contracting Officer's award of a contract to the successful vendor shall be evidence of approval of the vendor's plan, system equipment, and the proposed enclosures. The vendor will provide a copy of the final as-built drawings or schematics to the Contracting Officer upon completion of the contract. Any changes or modification to the contract, to includes the vendor's plan or system equipment, must be approved by the Contracting Officer. After completing installation, provide hands-on familiarization training on operation and maintenance (up to 8 hours) to two Air Force personnel. Leave all hardware, software, and system commercial manuals and licenses with the Contracting Officer. 4. SYSTEM REQUIRMENTS: The Air Force will develop the multimedia titles on CD-ROM format with audio and video in MPEG format. The Air Force will also purchase, develop and install the software to "drive" the displays. Therefore, the vendor installed system must fully support those formats and meet the following requirements: 4.1. Performance: The installed system must be able to display full screen, full motion video (MPEG) and audio on a Windows format. Minimum preferred characteristics include: Computers [200 MHz Pentium MMX or equivalent, network card compatible with network operating system, 12X CD-ROM drive,2 Gig Hard Drive, 64 MB RAM, video card with 8 MB Video Ram, MPEG capability, 1.44 MB 3.5" floppy drive, and Windows 95 operating system], 17" SVGA Monitors supporting resolutions up to 1280 X 1024 with .25mm or smaller pitch . The large monitor will be a 37-42" large screen CRT monitor capable of being viewed in an outdoor setting. 4.2. All furnished parts, equipment and supplies shall be new. Vendors submitting proposals shall include as an integral part of their proposal a list all necessary parts, equipment, and supplies. As a minimum the following shall be included in this list: manufacturer, part numbers, and descriptions for all electronic equipment items. Provide a 1 year warranty, including parts and labor, on all equipment. The warranty shall be in compliance with standard commercial practices. 4.3. Four touch-screen monitors, the large monitor, enclosures, and speakers will be installed in an outdoor pavilion and subjected to the environmental conditions of southeastern Virginia. The Pavilion is located approximately 80 yards from the Back River and is exposed to high humidity and salinity levels. Vendors may submit proposals for all equipment to be located within the enclosures. All proposed system configurations must address climatic controls within the enclosure which are necessary to ensure adequate protection of all electronic equipment from the elements. Specifically, all items must be designed and installed to operate in all seasons, 24 hours a day, 365 day a year. 4.4. Definitions, Standards and Objectives: a. Survivability: Ability to operate 365 days per year, 24 hours per day, in all seasons, under typical regional weather conditions. Standard: The enclosure shall protect the operating system in all typical regional weather conditions. b. Durability: The kiosk shall be constructed of materials suitable to prevent damage from normal use and wear, minimize potential damage from vandalism, and shall have a finish capable of protecting the material in a salt-air environment. Standard: The kiosk shall be constructed from a durable material. The finish shall be of a quality so as to protect the kiosk material from the elements for five years from installation. Durability beyond the five year standard will be evaluated on the basis of best value to the government. c. Features: Aesthetic and specific unique features of offered kiosks. Standard: The kiosk shall be conservatively styled. Bright colors are not acceptable, see paragraph 5.3 for pavilion color scheme. Unique features of offered products will be evaluated on the basis of best value to the government. d. Reliability: The system shall consist of components manufactured by reputable producers and recognized as high quality products based on commercial consumer journal ratings. Standard: Offered components shall have high quality ratings from commercial consumer journals. e. Longevity: System capability to perform with leading-edge of new commercially available technology. Standard: The system shall consist of late technology with a minimum as stated in paragraph 4.1 The system shall be universally upgradeable. f. Extended warranty: Two additional years (beyond the one year basic warranty) all parts and labor. g. Delivery: Receipt by the government, of a fully functional system at FOB destination. Standard: Delivery of the first unit, CLIN 0001 shall be not later than 21 days ARO. Delivery of CLIN 0002 shall be not later than 1 Aug 97Objective: Delivery of the first unit, CLIN 0001 desired 7 days ARO. Delivery of CLIN 0002 desired not later than 1 July 97. Early delivery will be evaluated on a basis of best value to the government. 5. TASK REQUIREMENTS. Timeline for this acquisition: Within 21 days of contract award deliver a computer and touch-screen monitor to the Contracting Officer. No later than 1 Aug 97 all vendor work must be complete. The vendor must provide all materials, equipment, and labor to install a fully operational system. Specific tasks include, but are not necessarily limited to: 5.1. Fabricating or procuring a weatherproof large screen monitor enclosure, installing the monitor and speakers, and mounting the enclosure to the pavilion. The monitor operation shall be controlled by a switch inside the pavilion. 5.2. Fabricate or procure four weatherproof enclosures for the four touch screens and monitors, install one touch-screen and monitor in each, and mount each enclosure to pavilion. Connect speakers and necessary wiring and equipment. Providea touch-screen monitor, and computer system to the Contracting Officer for software development purposes within 21 days of contract award (the touch-screen monitor and computer will not be returned for inclusion in a kiosk). 5.3. Install four computers (one for each enclosure), speakers, and other equipment and connect them in such a manner to ensure an operational system. No later than 1 Aug 97 have the complete operational kiosk system consisting of 4 touch-screen monitors and all associated equipment installed at the Air Power Park Pavilion. If using a configuration which involves locating equipment in Bldg 407: connect all audio and video cables from the pavilion to Bldg 407; mount the equipment rack to the floor in Bldg 407 and ground the rack prior to powering the equipment; connect a remote touch-screen and monitor in Bldg 407 (this remote touch-screen and monitor will be capable of being connected to any of the computers for troubleshooting or for future program installation purposes). The Contracting Officer will provide color samples for the enclosure color scheme. Each enclosure should be no larger than 60" high by 36" wide by 36" deep. The enclosures must match and complement the architectural style and colors of the Air Power Park Pavilion. The Pavilion colors include: Nash Williamsburg brick (reddish-brown), Benjamin Moore #49 (reddish-brown) paint for metal tubing and skylight frame, and "Bermuda-Beige" concrete cast stone coping. All colors and finishes will be approved by the Contracting Officer. 6. QUALIFICATIONS: The vendor must havethe demonstrated capability in developing and installing interactive display systems. (vii) Date of delivery is August 1, 1997; Place of Delivery and Acceptance is Air Power Park: 118 Hammond Avenue, Langley AFB, VA, FOB: destination. (viii) Solicitation provision at FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 1995) is hereby incorporated by reference. Offerors are reminded to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics of the enclosures, and terms of expressed warranties. Offerors are afforded the opportunity of a site visit or may provide a sales demonstration prior to the closing response date. Interested parties are encouraged to submit multiple proposals which provide alternative means to meet the requirements stated in the SOW. Each proposal must be capable of being evaluated independently. Each proposals should include a complete description of computers and equipment, system configuration, and enclosures. Offerors must submit three references for previous projects showing successful work and related experience. (ix) Solicitation provision at FAR 52.212-2, Evaluation Commercial Items (OCT 1995) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, delivery schedule and price. Technical capability, past performance, and delivery are equal in weight; price is the least significant evaluation factor. Best value components consist of past performance, delivery, durability, and features relative to price. Each of the best value factors will be evaluated to determine best overall value to the Government through an integrated assessment considering tradeoffs between price and the best value factors. All other evaluation factors will be evaluated on a pass/fail basis. Technical factors include: survivability, durability, features, reliability, and longevity as defined in paragraph 4.4. In evaluating a proposal based on providing a self contained kiosk, size and any additional cost for additional utilities such as electric power, drainage, etc that may be required of the government, will be a factor. Past performance factors include: experience with similar work, overall assessment given by submitted references, compliance with warranty terms, and timeliness of delivery. Price factors include: installed system price and warranty price as defined in paragraph 4.4. Offerers are reminded to address all evaluation factors in their proposals. Any features or technical offerings that enhance the system will be considered using the best value methodology. The Government reserves the right to evaluate and give evaluation credit for proposed features that are either in addition to the stated minimum requirements and desired enhancements or that exceed the stated desired enhancements. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (JAN 1997) and 252.212-7000, Offeror Representations and Certifications Commercial Items (NOV 1995) with its offer. Contact our point of contact for full text if necessary. (xi) Clause 52-212-4, Contract Terms and Conditions Commercial Items (MAY 1997), is hereby incorporated by reference. Addendum: Unique contract terms include the delivery of an operational system prior to delivery date of the complete system. This delivery schedule will facilitate government software development specific to the system platform. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 1996), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222.35, 52.222-36, 52.222-37, and 52.247-64. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 1997) is hereby incorporated by reference, the following paragraphs apply to this solicitation and any resultant contract 252.247-7023, 252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024, 252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition Regulation Supplement (DFARS) clauses: 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 1991) and 252.225-7003, Information for Duty-Free Entry Evaluation (AUG 1992). Additional Federal Acquisition Regulation (FAR) clause: 52.222-6 Davis-Bacon Act (FEB 1995) is effective only if the cost of labor using the trades engaged in construction as defined in Division C of the Standard Industrial Classification Manual are expected to exceed $2,000. If Davis-Bacon is applicable, Department of Labor General Wage Decision number VA970018 applies. Wage rates are available via subscription to NTIS Fed World On-Line Service, otherwise contact Chip Covington for wage rate information. (xiv) The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is: unrated (xv) There are no applicable Commerce Business Daily numbered notes. (xvi) Signed and dated offers must be submitted to 1st Contracting Squadron, 74 Nealy Avenue, Langley AFB, VA 23665, ATTN: Chip Covington not later than 3:00 PM (EST) 13 Jun 1997. (xvii) Contact Chip Covington at 757/764-7460, fax 757/764-7447, or e-mail covingtc@cons1.langley.af.mil for pavilion drawings and site plans, or other information. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0351 19970606\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page