Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21, 2001 PSA #2941
SOLICITATIONS

R -- DESIGN AND UPGRADE CONFERENCE ROOM

Notice Date
September 19, 2001
Contracting Office
Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112
ZIP Code
92152-5112
Solicitation Number
N66001-01-Q-1783
Response Due
September 26, 2001
Point of Contact
Purchasing Agent, Claudia A. Aguzar, (619) 553-6330. Contracting Officer, Sylvia Proffit, (619) 553-3292.
Description
This is a combined synopsis/solicitation prepared in accordance with FAR PART 13. No RFQ will be made available for distribution. The government intends to award, on a Sole Source basis an order for services to Spectrum Video, Inc. This requirement is to design and upgrade the conference room to have, at a minimum, a video teleconferencing capability and ultimately a high-end "state of the art" multimedia capability. This service is in accordance with the following statement of work: OT1 SCIF Conference Room Statement of Work. 1.0 Scope. This Statement of Work covers both the equipment and services to be provided and performed by a contractor to upgrade the OT1 SCIF conference room. The objective is to design and upgrade the conference room to have, at a minimum, a video teleconferencing capability and ultimately a high-end "state of the art" multimedia capability. This work is unclassified. 2.0 Tasks. The contractor shall perform the following tasks: 2.1 Task 1 Requirements analysis and preliminary design The contractor shall perform a detailed requirements analysis and propose an overall system design. This task generally includes a facility site survey by an expert in the design and planning of audiovisual and videoconferencing facilities, and a series of meetings with customer representatives. 2.2 Task 2 Detailed Design The contractor shall begin the actual engineering design of the conference room. Signal flow and wiring diagrams are produced. All facilities, electrical power requirements, architectural mountings and details (lighting, acoustics, millwork, etc.) are defined and planned for installation. Any additional conduit and wire routing requirements are determined. 2.3 Task 3 Implementation The contractor shall purchase and coordinate all materials and deliveries, and conduct ongoing communications with customer representatives regarding planning and scheduling of project implementation responsibilities. All materials will be received at the contractor's facilities, and completely integrated and tested. After test and integration, all components, cables and hardware are delivered and installed at the customer's facility by the contractor's integration services personnel, including engineers, technicians and product specialists. Installation consists of installing all components into either a lectern or customer supplied cabinet. Wires and cables to properly connect the components are supplied by the contractor and run through conduit and wire routing provided by the customer facilities as defined in Task 2. Components are connected to the facility AC power through receptacles as defined in Task 2. 2.4 Task 4 Training and support The contractor shall hold an on-site training session for key users and/or administrators at the conclusion of the installation. 2.0 Items needed. Item Qty Description Price Total Video System 1 Projection System 2 60 inch rear projection system VHS VCR 1 Equipment rack w/shelves 1 Lectern 1 24 inch wide lectern Professional audio system 1 Wireless Microphone 1 Installation and training Interface bridge 1 System interface (PC, VCR, VTC) Total 3.0 Schedule. Systems should be operational 60 days after receipt of order. Facsimile quotations may be sent to (619) 553-4842. Questions may be directed to Claudia A. Aguzar (619) 553-6330, email: aguzar@spawar.navy.mil. Notes 1 and 22 apply, however, all offers received within 15 days (in lieu of 45 days) after date of publication of this synopsis will be considered by the government. See numbered notes from any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) Code is: 541330 Size Standard is: $4.0. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. Offerors must complete and submit with their quote, a copy of 52.219-1 Alt I/II, Small Business Program Representations. Central Contractor Registration is required for resulting award. Information may be found at http://www.ccr2000.com/.
Record
Loren Data Corp. 20010921/RSOL001.HTM (W-262 SN50Y0T9)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 20, 2001 by Loren Data Corp. -- info@ld.com