Federal Bid

Last Updated on 15 Aug 2014 at 8 AM
Sources Sought
Location Unknown

REPAIR SERVICES FOR VIDEOTELECONFERENCE FACILTY

Solicitation ID FA9300-14-M-5010
Posted Date 01 Aug 2014 at 5 PM
Archive Date 15 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location United states
  THIS IS A SOURCES SOUGHT ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS THAT RESULT IN A CONTRACT. SOURCES ARE ADVISED THAT PARTICIPATION IN PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS IS STRICTLY VOLUNTARY AND MAY NOT ENSURE PARTICIPATION IN FUTURE SOLICITATIONS OR AWARDS. THE PURPOSE OF THIS SYNOPSIS IS TO NOTIFY INDUSTRY OF THE UNITED STATES AIR FORCE'S (USAF) INTENT FOR A FUTURE CONTRACT ACTION AND TO CONDUCT RESEARCH INTO POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS. BOTH LARGE AND SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. A SOLICITATION DOES NOT EXIST AT THIS TIME.

Classification Code: 5836 - Video Recording and Reproducing Equipment

NAICS Code: 334220 - Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing

REQUIREMENT: The Air Force Research Laboratory (AFRL) needs to repair its VTC facility at building 8353, CPC room of the AFRL site, Edwards AFB, CA 93524. The VTC facility at the Commander Presentation Center (CPC), B8352, is a multifunctional room such as video teleconference (VTC) conference room, guest speaker's conferences, video and/or media viewing center. AFRL has a requirement to repair its aging components of controlling system, video, and audio and at the CPC. Many components of the current VTC system are not fully compatible with the relatively new IP codecs unit. All works must be completed within 8 weeks from the contract's signing date. The physical down time for the CPC is limited to 10 business days, excluding federal holidays

**Please see attached Draft PWS for further details.

I - OBJECTIVE: The Air Force Research Laboratory (AFRL) needs to repair its VTC facility at building 8353, CPC room of the AFRL site, Edwards AFB, CA 93524.

II - BACKGROUND: The VTC facility at the Commander Presentation Center (CPC), B8352, is a multifunctional room such as video teleconference (VTC) conference room, guest speaker's conferences, video and/or media viewing center. AFRL has a requirement to repair its aging components of controlling system, video, and audio and at the CPC. Many components of the current VTC system are not fully compatible with the relatively new IP codecs unit. The government will provide an industry day for prospect contractors to survey the CPC room and a secured room to store contractor's equipment during the installation phase.

The works are divided into four subgroups; repair or replace of the control system, video system, audio system, and pop-up upgrade. At the completion of the contract, a list of deliverable items listed in table A1, are to be delivered to the government representative. All manufacturer name and model part numbers mentioned in this Performance Work Statement is for reference purpose only.

III - PERIOD OF PERFORMANCE: All works must be completed within 8 weeks from the contract's signing date. The physical down time for the CPC is limited to 10 business days, excluding federal holidays

IV- SCOPE OF WORK


 Deliverable Items

 

Item

Description

1

Fully working, well integrated VTC system which included functional existing components and all components listed in Appendix B.

2

Technical System Schematics with Equipment Model indicated

3

Technical Operations Manual

4

List of new items in the VTC system with description, model number, and serial number

5

Audio Visual Systems Programming Configuration File

6

System Operation Training

7

One year warranty includes (parts and labors) with options for three one-year warranty extension that cover labor only.






1 Fully working, well integrated VTC system which included functional existing components and all components listed in Appendix B.
2 Technical System Schematics with Equipment Model indicated
3 Technical Operations Manual
4 List of new items in the VTC system with description, model number, and serial number
5 Audio Visual Systems Programming Configuration File
6 System Operation Training
7 One year warranty includes (parts and labors) with options for three one-year warranty extension that cover labor only.

1- Contractor shall provide labor, parts, materials, supervision, technical manual, tools, test instruments, and transportation required to perform repairs, install, integrate and configure components for all deliverable items listed in table A1. The repair/replacement shall bring the subjected VTC system to fully working conditions

2- The contractor shall provide a graphical logical drawing showing the integration of all proposed new devices with the existing devices in the CPC room. The input/out connections shall indicates name of the device, input type (for both video and audio) and output type (for both video and audio). The map shall include any distance connection involve UTP cables, transmitter, receiver and end devices. The drawing shall show the component model numbers.

3- All installation and configuration for the VTC system shall be in consistent with the DISA Field Security Office (FSO) Security Technical Implementation Guides (STIG).

4- All new components shall be supportable/serviceable through commercially acquired support agreements for a period of no less than five (5) years. No solution products shall be included if the manufacturer has placed them on a published End-of-Support (hardware or software) or End-of-Life notification which occurs within the next 5 years (from the date of solicitation). It is the responsibility of the vendor to inform the government if any item in the purchase list which does not meet this requirement.

5- All components shall not be refurbished item


It is requested that interested parties responses be received not later than close of business (5:00pm PST) 12 August 2014 to allow the Government the ability to make planning decisions.

The Government is requesting that interested concerns furnish the following information in addition to the above instructions:
1) Company name, address, point of contact, telephone number and e-mail address.
2) Capability statements.


Provide information/statement of capabilities, commercial and/or government, directly to:

Daniel Dempsey, Contract Specialist, AFTC/PZRB, 5 S. Wolfe Avenue, Edwards AFB, CA 93524. Voice (661) 277-3321, or email (preferred): [email protected]. Telephone and e-mail requests to be placed on a mailing list will not be honored.

Additional information: Alternate contractual point of contact is Aimee L. Helm, Contracting Officer, (661) 277-2101 e-mail [email protected].

Information received as a result of this notice will be considered solely for the purpose of determining whether this acquisition will be a small business set aside and to determine which procurement path will be taken. This sources sought notice is posted on FBO.gov, GSA E-Buy and through AFWay/Netcents. A determination by the Air Force not to open the requirement, based on response to this notice, is solely within the discretion of the Air Force.

Bid Protests Not Available

Similar Past Bids

Nolanville Texas 05 Sep 2017 at 8 PM
Pennsylvania Not Specified
Location Unknown 28 Apr 2009 at 5 PM
Burke Virginia 22 Dec 2020 at 7 PM
Cumberland Maryland 03 Dec 2010 at 7 PM