Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

99th 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