COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS
59 -- MULTIMEDIA INSTRUCTION SYSTEM FOR HRO. PURCHASING AGENT JOHN WILSON, 501-212-4405, FAX 501-212-4405, EMAIL JOHN.WILSON@AR.NGB.ARMY.MIL. NOTIFY TO RECEIVE A FAX COPY OF THE SOLICITATION.
- Notice Date
- September 14, 2001
- Contracting Office
- USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
- ZIP Code
- 72199-9600
- Solicitation Number
- DAHA03-01-T-0029
- Response Due
- September 21, 2001
- Point of Contact
- Dudley Smith, 501-212-4403
- E-Mail Address
- USPFO for Arkansas (dudley.smith@ar.ngb.army.mil)
- Description
- Statement of Work Date: 29 June 2001 Contract Number: ____________________ Action Officer (AO): Name: CPT Marvin R. Barham Organization: Arkansas Army National Guard Address: Building 6300 Camp Robinson, NLR, AR 72199-9600 Email: marvin.barham@ar.ngb.army.mil Telephone: (501) 212-5920 Fax: (501) 212-5919 1. Purpose: The purpose of this contract is to obtain procurement of services, equipment, and installation of multimedia presentation system for the Human Resource Office classroom of the Arkansas Army National Guard located at building 7300 at Camp Robins on, North Little Rock, AR 72199-9600. 2. Background: The Human Resource Office has a continuing requirement to increase the current and future capability of their instructional classroom. The classroom is used for several TAG sponsored courses presented to full-time employees. In the future th e classroom may also be connected to the distance learning network. Thus contractor support is required to meet the technical, labor, and service needs of upgrade to this classrooms multimedia capabilities. 3. Project Scope: This project includes all procurement of equipment, installation of equipment, coordination requirements, labeling, management, schematics, manuals, and operator instruction pertaining to the complete system. It also includes all warranti es and service agreements. 4. Specific Tasks and Requirements of Base Contract: The following minimum criteria for the procurement and installation of the HRO Multimedia Instructional System: ? Ceiling mounted LCD projector (2500 ANSI Lumins or brighter, minimum of 1024 x 768 XGA resolution both B/W & color). Projector must have connectivity to and from all peripherals to include PC, laptop, cameras, VCRs, DvD. Projector must be able to be upgr aded in the future without complete re-engineering of the entire system and it?s peripherals. Projector must include a spare bulb. Projector must be ceiling mounted. ? System peripherals include VCR/DvD Combo (not included in this purchase) and one PC (not included in this purchase). The PC is not included in this purchase. The PC procurement will be separate through DCSIM. ? System (to include peripherals) will be tied into the rooms existing sound system. ? System will include two additional composite RCA video and audio inputs. ? All equipment (to include peripherals) will be rack mounted. ? System will include two wall mounted (accessible from outside the control room) video and audio inputs and one laptop input. ? System will include one 12? x 12? Electro Boardroom screen. ? Procurement will include a PC workstation furniture sized to fit control room. ? A site survey is required and may be conducted in conjunction with organizational work hours (0700-1530 hours Monday ? Friday). By appointment only. ? System includes a one year (with option to extend) maintenance service agreement. System must include a one year warranty on equipment and installation. ? Procurement includes installation cost, maintenance agreement, warranty, training on use of system, schematic of entire system connectivity (electronic & hardcopy), user/operator manual (electronic & hardcopy). User/Operator training will be scheduled an d conducted on site. User/Operator training will also be provided in a Computer Based Training format on CD-ROM. ? Installation includes complete wire management (no exposed wiring). ? System includes surge protection and backup power supply to the entire system. ? Contractor is required to coordinate all necessary electrical and carpentry requirements with installation?s Post Engineers. Post Engineers will perform the electrical and/or carpentry work necessary to prepare the site for equipment installation. Post E ngineer point of contact is Mr. Bill Bowers at (501) 212-5205. ? Contractor is to coordinate and schedule installation time frame prior to installation. Installation must take place during organization?s normal duty hours. ? Co ntractor is to have the project complete within two weeks of acceptance/award date. ? Contractor agrees to one-week trial of system before payment is approved. ? Payment will not be approved until the entire system is completely installed, functional and all aspects of the above requirements are furnished. ? All racks/furniture must contain cable management, adequate ventilation, and a lockable solid or glass door on front and back to secure equipment and cabling from tampering. ? All cables, equipment, plugs, knobs, and controls must be labeled. ? System includes switching capability from various video and audio sources. ? Provide itemized equipment list of components make, model, and serial numbers. 5. Major Requirements: All installation, training, and documentation requirements must be fulfilled by technically qualified personnel to provide rapidly implemented solutions to this constantly changing environment. The contractor coordinates with DCSIM ( CPT Barham at (501) 212-5920) before changes or modifications to requirement solutions. Contractor coordinates with HRO (MSG Coats (501) 212-4207) before scheduling and conducting operator training. Contractor coordinates with DCSIM before acceptance of co mpletion of project. The contractor must follow all policies, guidance, and securities associated with this organization, state and federal laws to include electrical and facility modifications. Contractor must coordinate with FMO (CW4 Johns at (501) 212-5 854). The vendor shall maintain a single on-site point of contact/job site supervisor at all times. 6. Deliverables and Schedules: a. The contractor will ensure that installation occurs from 0700-1530 hours Monday through Friday and contract personnel may be required to operate past normal duty day or on the weekend as requirements arise to complete project. This requirement will be c oordinated in advance between the government Point of Contact (POC) and the contractor; otherwise there will be no requirements for weekends, extended hours, or federal holidays. b. Documentation: The contractor will provide written documentation as directed by the government POC. The contractor will present an engineering conceptual design to the government Action Officer before contract is awarded. The engineering design will inc lude a list of all system components, diagram or photographs of what the system will look like once completed. c. Reports: Due to the nature of the work performed under this contract, the reports to be delivered may be written or oral. All reports produced under the contract shall comply with standards as directed by the Arkansas Army National Guard POC. The contra ctor will submit a daily status report as to the completion of the project once the contract is awarded. d. Schedules: Vendor will provide schedule or timeline of installation, training, and document completion prior to arrival on site. e. Access to Government facilities: Access to government facilities shall be during normal business hours from 0700-1530 Monday through Friday. Vendor shall notify the DCSIM and HRO POC at least one day prior to on-site arrival for installation. Access at other times or on weekends and holidays shall be coordinated with the government POC. 7. Acceptance Criteria: a. All equipment is completely installed and operational properly sending, receiving, and distributing audio, video, and data signals to and/or from all peripherals and major system components. b. All documentation has been submitted to the DCSIM and HRO to include Users Manual, Schematics, Diagrams, Inventory list with serial numbers of all components, and Operator Computer Based Training on CD-ROM, 1 year warranty and service agreement. c. All specific tasks have been completed. 8. Point of Contact: CPT Marvin R. Barham DCSIM, Visual Information Manager Bldg. 6300 Camp Robinson North Little Rock, AR 72199-9600 Phone: (501) 212-5920 Fax: (501) 212-5919 Email: marvin.barham@ar.n gb.army.mil 9. Government furnished information, services, and equipment: The government will provide access to facilities as required. The government will not provide phone services, access to computers or other information systems for organizational daily operations . The government does not provide tools needed to complete the installation or labor support that should be subcontracted or provided by the contractor awarded the contract. 10. Meetings and Reviews: The contractor will attend all meetings and reviews as directed by the government POC. The contractor will coordinate with DCSIM and HRO POCs and schedule an initial in-brief prior to execution of the work and an out-brief prior to acceptance of the completed project. 11. Travel: The contractor will cover all transportation and lodging costs for contractor personnel. 12. Security: Services required under this contract will be restricted to unclassified and unclassified but sensitive data. All records and documents generated by the contractor are the property of the Government upon completion of the contract. During con tract performance, all records will be maintained in accordance with applicable guidance and regulatory material of the Department of Defense. Records shall not be disseminated, destroyed or otherwise disposed of without prior written consent of COR. Contr actor personnel will have visible identification cards readily identifiable by government personnel. 13. Period of Service: Installation completed two weeks from beginning of task order. One week of system trial before acceptance. One year of on-site service and maintenance. One year equipment and installation warranty. 14. Cost Threshold: THRESHOLD:$10K 15. Attachments: a. DA 3953 MARVIN R. BARHAM CPT, IN, AR ARNG Visual Information Manager
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010918/59SOL012.HTM (D-257 SN50X649)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on September 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|