This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS Code for this requirement is 541519.
THE GOVERNMENT INTENDS TO SOLE SOURCE THIS REQUIREMENT TO TECHNICAL INNOVATION
This contract request is for providing Video Wall Service and Maintenance of proprietary code development for the 7th Signal Command located at Fort Gordon, GA. Potential vendor must be able to provide a warranty and services for the system equipment already installed and provided by current contractor. The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the below:
Maintenance for the Custom Designed Video Wall Displays
1. Bi-annual Preventative Maintenance Service Calls
a. Provide on-site labor to perform prescheduled routine cleaning, adjustments and alignments
b. Provide on-site labor to perform alignments or adjustments to restore optimum system performance
2. Unscheduled / Emergency Calls
a. Within 8 business hours, provide on-site troubleshooting to localize and diagnose faults within the system(s).
b. Provide on-site labor to correct problems resulting from poor external conditions, incorrect hook-up, etc.
c. Provide on-site labor to perform alignments or adjustments to restore optimum system performance
3. Parts and Shop Service
a. Provide shop labor for diagnosis and repair of faulty equipment.
b. Provide all replacement parts
c. Cover all charges for equipment sent to manufacturers for repair.
COVERED EQUIPMENT
Qty Manufacture Item Description
1 Barco Quote #60814.501 Barco equipment to include displays, processor and CMS software
1 CDW Quote-090731 2 24 port switches and CMS server
2 Cisco SRW2024 24 port non blocking gigabit switch with webview
1 BRG Quote 090731095 5 zone time clock with USB interface and AC power
24 Adder ALIP-GOLD-USA RGB Encoder
2 Contemporary Resea rc 232-ATSC HDTV Tuner, Includes HD2-RC Remote
1 Samsung DVDVR375A DVD/VCR Combo
1 Tandberg 113540 Portable 6000 MXP S/N 25A26467
24 Extron Electronics 60-977-01 DVI Fiber Optic Extender TX and RX
1 Extron Electronics 60-659-13 8x16 Matrix Switcher for Stereo Audio with IP Link
12 Extron Electronics 60-639-02 SMB101 desktop box for operator panel
12 Extron Electronics 70-102-11 DB9 connection plate
96 L-Com FODLC-CL-02 LC to LC fiber cable, 4 per transmitter required.
1 AMX FG2257-61V Modero VG Series 17 Table Top Includes VG Touch Panel
1 AMX FG2105-05 Integrated Master/NetLinx Controller
1 AMX FG423-41 12VDC, 6.5A Power Supply
12 AMX FG5794-02-BL Metreau 13-button Keypad
1 AMX FG960 AXLink Bus Strip
1 Biamp MXA75 MXA75 mixer amplifier
12 Bose Companion II Dual input PC speakers
8 Tannoy 8001 4450 Ceiling speakers
1 Furman Sound PL-8 II Power conditioner and distribution
1 ClearOne 910151881 Converge Pro 880T
3 Audio-Technica U851R Phantom-power-only version of U851A
1 AMX FG423-17 12VDC, 2.8A Power Supply (NetLinx)
1 JK Audio THAT-2 Telephone set converter
1 AMX FG960 AXLink Bus Strip
1 CDW 1042648 1m LC to LC dual mm fiber cable
1 AMX FG960 AXLink Bus Strip
2 Cisco MGBSX1 Gigabit interface card GBIC MM fiber
2 L-COM ICR2650 2 channel USB extender
1 AMX FG5794-02-BL Metreau 13-button Keypad
1 Barco Quote 66750.5057 PWS Quad Analog Video Card
1 Extron Electronics 60-439-10 Dual Three Output Composite Video Mini Distribution Amplifier
Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed two (2) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Familiarity and knowledge of the requirement.
Responses are due no later than Thursday, 11 July 2013, 10:00 am EST, and shall be electronically submitted to
[email protected]. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
THE GOVERNMENT INTENDS TO SOLE SOURCE THIS REQUIREMENT TO TECHNICAL INNOVATION
Bid Protests Not Available