|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1997 PSA#18611st 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
|
|