|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#193299th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 58 -- MULTIMEDIA SYS SOL F26600-97-Q2340 DUE 092297 POC Sandy Holleran
(702) 652-3348 Fax: (702) 652-3367 (i) This is a combined
synopsis/solicitation 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 should fax request
for Appendix "A" and "A1" (drawings) to Sandy Holleran @ (702)
652-3367. (ii) Solicitation F26600-97-Q2340 is issued as a Request for
Quote (RFQ). (iii) Offers shall quote on the purchase, installation,
and training of the following items: CLIN 0001 Purchase and
installation of 29 fully operational computer-controlled, integrated,
multimedia Debriefing Room Systems (DeRS) as described in paragraphs 1
through 11 of the statement for work and provide a 1 year warranty as
described in paragraphs 7(a) and (b) Training will be provided as
described in paragraph 6 of the SOW. CLIN 0002 Purchase and
installation of 3 fully operational computer-controlled, integrated,
multimedia Debriefing Room Systems (DeRS) as described in paragraph 1
through 11 of the statement for work and provide a 1 year warranty as
described in paragraphs 7 (a) and (b). Training will be provided as
described in paragraph 6 of the SOW. CLIN 0003 (Optional -- This line
item may not be awarded.) Two year extended warranty (in accordance
with paragraph 7(c) of the SOW) to begin at the expiration of the one
year warranty included in CLIN 0001and CLIN 0002. (iv) All items
delivered FOB Destination. 1. This statement of work (SOW) defines the
performance requirements for a vendor to furnish and install 32 fully
operational computer-controlled, integrated, multimedia Debriefing
Room Systems (DeRS) for the Fighter Weapons School, Nellis AFB Nevada
89191. The vendor must provide all materials, equipment, and labor to
install the 32 fully operational systems. 2. SYSTEM DESCRIPTION. The
DeRS shall provide the capability for an instructor and student to view
up to four (4) videotape sources (Hi-8Video, and/or VHS in designated
combinations) on one 27" multiscan monitor through a quad split device
(all four sources will be on the screen at the same time in four
separate quadrants). Additionally, simultaneous full screen viewing of
a " U-Matic videotape source must be viewed on a second 27" Multi-Sync
Monitor. Either of these video inputs (quad split or U-Matic) must be
selectable on either of the video monitors. Any audio source from the
videotape machines must be individually selectable for listening
through either video monitor. Each videotape source and ancillary piece
of equipment (such as the quad-split device and monitors) must be
controlled by a microprocessor-based audio/video remote control system
using a hand-held wireless remote control. The wireless system shall
neither be the source of, nor be affected by, radio-frequency
interference to/from external signal devices. The control system will
control simultaneously and as initially specified by the Training
Staff, all video sources and ancillary devices (such as four machines
simultaneously being moved frame by frame by remote control, or four
machines being operated on one monitor and the " being operated
simultaneously on the other monitor). All equipment must fit in a
preexisting, government supplied equipment enclosure. The system must
also be compatible with preexisting videotape formats used by the
Fighter Weapons School (Hi8 mm, " U-Matic, VHS). 3. SYSTEM COMPONENTS.
The System will include, as a minimum, the following components with
the mandatory features noted: I. Quad Split Device. (a) Remotely select
any full bandwidth, line-video source in a quad split (4 full frame
video sources located in 4 different quadrants on one monitor screen)
and bring each source separately to full frame; (b) Remotely reselect
the quad split function; (c) Quad Split unit dimensions to be no
greater than 19"Wx1 " Hx10"D; (d) Front panel switches; (e) Built in
alphanumeric character generator to separately label each quadrant; (f)
Quad Picture border lines on/off; (g) 2 BNC video outputs; (h) 4 loop
through BNC Video inputs. II. Hi-8 VCRs. (a) Remotely select the
following functions: Play, Stop, Fast Forward, Rewind, Search, Pause,
Still, Time Code Read, Frame by frame play; (b) AFM Stereo Audio tracks
in playback & record; (c) Dual Mode shuttle for play, stop, forward,
reverse, pause and frame search; (d) RC (Rewritable Consumer Time Code)
for compatibility with 8mm video devices; (e) Auto repeat function; (f)
Wireless remote control; (g) RC time code reader; (h) Lanc terminal;
(i) External timer activating capability; (j) Search speed -1/5, -1,
still, 1/5, x1, x2,cue/ review, locked cue/review, FR search; (k) Front
loading; (l) SP mode record; (m) SP/LP mode playback; (n) Hi8 and
Standard 8 recording; (o) Autodetect playback mode for Hi8 and Standard
8mm; (p) NTSC Video in/out using BNC connectors; (q) SVHS video
connections in/out; (r) Supplied video head cleaning tape; (s) Hi8mm
VCR physical dimensions shall be no larger than 8 7/8"Wx3"Hx9 27/32"D.
III. " U-Matic VCRs. (a) Remotely select the following functions:
Play, Stop, Fast Forward, Rewind, Search, Pause, Still, Time Code Read,
Frame by Frame play; (b) Superior Performance (SP) Technology record
and playback; (c) Completely interchangeable with conventional format;
(d) Dolby "C" Noise reduction; (e) Time code reader; (f) Backspace
editing capability; (g) Audio dubbing on channel 1; (h) Dual menu
operation via search dial for user convenience. Display of time code on
monitor screen.; (i) High-speed picture search, still, 1/30, 1/10,
1/5,, 1, 2, 5, 8 times normal speed in forward and reverse direction;
(j) Precise Frame by Frame picture search; (k) 9-pin remote interface
(RS422 serial); (l) Audio XLR Interface; (m) Video in/out BNC, Sync in,
SC in, RF off tape, Dub in, Dub out, Video out, Audio line in, Audio
line out, Time code in, S-time code out, Monitor out, TV out, Channel
mix. VCR physical dimensions shall be no larger than 16 "Wx7 5/8"Hx19
3/8"D. IV. VHS VCR. (a) Remotely select the followingfunctions: Play,
Stop, Fast Forward, Rewind, Search, Pause, Still Dimensions to be no
greater than 17"Wx4"Hx13 4/5"D; (b) VHS 4 head hi-fi VCR recorder
player; (c) Sensor and power on recording capability; (d) Auto
tracking/auto head cleaning; (e) IR control; (f) Control-S
input/output; (g) Wireless remote control. V. AUDIO MIXER. Remotely
select any 1 of audio sources for monitoring through the 27" internal
speakers. VI. 27" MULTI-SYNC MONITORS. (a) Remotely select the
following functions: Power on, Power off, Volume up, Volume Down,
Volume Mute; (b) Dimensions to be no greater than 26 "Wx22 "Hx20 7/8"D;
(c) RS232 Control; (d) 27" Diagonal screen (NTSC Phosphors); (e) 0.8mm
Dot Pitch; (f) 65 Ft.L Max Brightness; (g) Horizontal Resolution RGB
800x600, 1280x1024@60hz emulation.; (h) 600 lines TV lines composite
video resolution; (i) 30mhz RGB bandwidth, 6mhz video bandwidth; (j)
Horizontal 15-64hz vertical 45-160hz scan frequency; (k) Supports
standards Composite video -- NTSC/PAL; (l) S-video NTSC/PAL; (m)
Computer -- 640x400 VGA(70hz),VESA VGA (84hz), 640x480 (60hz),VESA VGA
(72hz), Apple MacII & Quadra (66.67hz), 800x600 VESA SVGA
(56hz/60hz/72hz), 832x624 AppleQuadra 16" mode, 1024x768
8514Ainterlaced, VESA(60hz/70hz; (n) 5 watts X 2 internal audio with 2
front mounted built in speakers; (o) Inputs Front computer 15pin D
sub, Video RCA x 1, S-Video 4-pin x1, audio RCA; (p) Inputs back
computer 15pin D sub, 15pin HD sub x1, video bnc x1, S-Video 4-pin x1,
RCA; (q) 15 pin D-sub, 15 pin HD-sub; (r) Video BNC connectors; (s)
S-Video 4-pin din connectors; (t) RCA video connectors; (u) RCA
computer connectors; (v) RCA auxiliary connectors; (w) 14 Factory
presets; (x) 6 user presets; (y) Able to manually adjust Underscan,
centering, H and V size; (z) Volume/ mute; (A) Mode selection/ input
selection/addressable monitor selection; (B) H-pos/vert pos/H size/V
size/Pincushion; (C) Degauss/trapezoid/color temp; ((D) Handheld remote
control. VII. CONTROL SYSTEM. (a) Physical dimensions to be no greater
than 19"Wx1 " H x 5.4"D; (b) Microprocessor programmable based
controller; (c) 8 ea IR/serial ports; (d) 2 ea RS232/422 ports; (e)
RS-485 communication; (f) 12 relays, 750 ma, 28vac/24vac; (g) 6ea
Input/output channels rated at 200ma.; (h) 1 ea master processor; (i)
Front panel setup switches and status LEDs; (j) Ability to store
program on disc for backup and archival. VIII. WIRELESS REMOTE CONTROL.
(a) Dimensions no greater than 4"x7.5"x1.1"; (b) Hand held wireless;
(c) Backlit LCD readout; (d) On board microprocessor; (e) Multiple
control screens; (f) Rechargeable nicad battery with low batt warning
signal; (g) 10 ea "Soft" keys on outside of display; (h) 24K memory;
(i) A/C adapter for battery recharging. 4. OPTIONAL REQUIREMENT: A.
ROOM SCHEDULING SUPPORTING THE DeRS. A Scheduling Program running on a
PC Computer will be provided for the scheduling of these Briefing
rooms with the following capabilities: (a) Keep a record of current
rooms on the schedule; (b) Keep a history of room scheduling; (c)
Schedule rooms in advance; (d) Notify of any conflicts in room
scheduling; (e) Add any existing rooms to the schedule; (f) Keep track
of equipment to be used and the configuration required; (g) Scheduling
Printing Capability of current, future or a history of the scheduling.
B. DOCUMENTATION. (a) The system will be completely documented. All
technical drawings will be provided on autocad13 in hard copy and
disk.; (b) Preliminary design will be presented to the Contracting
Officer for approval; (c) The final Drawings will reflect the final
installation; (d) All cables will be labeled with source and
destination information; (e) Service loops will be provided to enable
front-of-rack servicing of all components. 5. STANDARDS. Equipment and
material specified shall conform to the current edition of the
following standards where applicable, UL and SMPTE. 6. TRAINING.
Provide 16 hours of on the job training in the operation of the system
for personnel designated by the Weapons School. 7. SYSTEM WARRANTY.
(a) Provide a one-year parts and labor warranty for the system portion
of the installation (See below for individual equipment warranties).
Warranty work will be performed on-site.; (b) Individual equipment
manufacturer warranties will be honored by a authorized factory service
center with on-site factory warranty service provided; (c) Provide a
separate cost for extended warranty by an authorized service center
after the manufacture's warranty expires. 8. WORK SCHEDULE. (a) Submit
a scheduling plan indicating the various pertinent terminal dates
after award of contract for completing of design, pre-installation
work, and testing and acceptance; (b) Obtain projected dates when the
relevant areas will be available for the on site installation. 9.
PLANNING. The selected vendor must meet with the Contracting Officer
and training staff of the Fighter Weapons school to define the custom
programming for the DeRS control system. The first system will be
fabricated and tested at the vendor's facility and approved by the
Contracting Officer. Any system changes and programming updates will be
reflected in the subsequent systems fabricated by the vendor. 10.
EQUIPMENT. A. THREE ROOMS TO BE EQUIPPED AS FOLLOWS: (a) 3 ea Hi8mm;
(b) 1 ea " U-Matic VCR; (c) 2 ea 27" Multiscan Monitors; (d) 1 ea
Control System; (e) 1 ea Custom Programming; (f) 1 ea Wireless Remote
Control ; (g) 1 ea Quad Split Unit; (h) 1 ea VHS VCR; (i)1 ea
Interconnection Cable & Connectors; (j) 1 ea
Installation/testing/documentation. B. TWENTY-NINE ROOMS TO BE EQUIPPED
AS FOLLOWS: (a) 4 ea Hi8mm VCRs; (b) 1 ea " U-Matic VCR; (c) 2 ea 27"
Color Multisync Color Monitors; (d) 1 ea Control System; (e) 1 ea
Custom Programming; (f) 1 ea Wireless remote control; (g) 1 ea Quad
Split Device; (h) 1 ea Interconnection Cable & Connectors; (i) 1 ea
Installation/Testing/Documentation. 11. EQUIPMENT SPECIFICATION AND
SPACE REQUIREMENTS. (Refer to Appendix "A", and "A1"). 12. DEFINITIONS,
STANDARDS AND OBJECTIVES: (a) Features: Aesthetic and specific unique
features of offered DeRS Systems will be evaluated on the basis of best
value to the Government. (b) Reliability: The systems 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 quality ratings from commercial
consumer journals. (c) Extended Warranty: Two additional years (beyond
the one year basic warranty) all parts and labor. 13. QUALIFICATIONS:
(i) The vendor must have the demonstrated capability in developing and
installing interactive display systems. (ii) This procurement is
unrestricted utilizing the size standard in FAR 19 under Standard
Industrial Code 5065. (iii) This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-1. (iv) The provision at FAR 52.212-1 Instructions to
Offerors-Commercial is 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. Offers
must submit three references for previous projects showing successful
work and related experience. (v) Provision FAR 52.212-2, Evaluation --
Commercial Items 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, warranty and price. Technical
capability and past performance are equal in weight; price is the
least significant evaluation factor. Best value components consist of
past performance, 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
features and reliability as defined in paragraph 12. 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
as defined in paragraphs 2, 3, 4, 6, 7, 10 and 12. Offerors are
reminded to address all evaluation factors in their proposals. 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. (vi) Offers are reminded to include a completed copy of
the provision 52.212-3, Offeror Representation and Certifications --
Commercial Items, and 252.212-7000, Offeror Representations and
Certifications -- Commercial Items with their offer. (vii) Clause
52.212-4, Contract Terms and Conditions -- Commercial Items is hereby
incorporated by reference (addenda: place of delivery and acceptance is
Fighter Weapons School, Nellis AFB Nevada, FOB: destination.) (viii)
Clause 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items applies to this
solicitation, specifically, the following cited clauses are applicable:
52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, and
252.222-37. (ix) Additional applicable Contract Terms and Conditions
are Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items is hereby incorporated by reference,
the following paragraphs apply to this solicitation and any resultant
contract 252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015,
252.227-7037, 252.242-7003, 252.243-7001, 252.247-7023, and
252.247-7024 . (x) Additional DFAR Clauses: 252.225-7002, 252.225-7003.
(xi) Additional FAR Clauses that are applicable: FAR 52.232-33
Mandatory Information for Electronic Funds Transfer Payment, and FAR
52.232-24 Optional Information for Transfer Payment. Quotes must be
submitted in writing to the 99th Contracting Squadron/LGCS, Attn: Sandy
Holleran, 5865 Swaab Blvd, Nellis AFB NV 89191-7063. Award will be made
on or about 30 Sep 97. All responsible sources may submit a quote,
which, if timely received will be considered by this agency. Defense
Priorities and Allocations System (DPAS) assigned rating: DO A70.
Offers are due no later than Close of Business 4:30 PT (local time) on
22 Sep 97. (0255) Loren Data Corp. http://www.ld.com (SYN# 0357 19970917\58-0010.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|