Similar Projects
Reported | 06/04/2019 12:00 AM |
Project Title | Wounded Warrior Regiment Audio Visual Modernization |
Physical Address | View project details and contacts |
City, State (County) | Bethesda, MD - Camp Lejeune, NC - San Antonio, TX - Fort Belvoir, Portsmouth, Quantico, VA 22134 (Montgomery (MD) - Onslow (NC) - Bexar (TX) - Fairfax, Portsmouth City, Prince William (VA) Counties) |
Category(s) | Single Trades |
Sub-Category(s) | Security/Communications |
Contracting Method | Competitive Bids. |
Project Status | Accepting Letters of Interest |
Bids Due | View project details and contacts |
Estimated Value | |
Plans Available from | Federal Agency |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The Wounded Warrior Regiment (WWR) is seeking information from potential sources for support services to be provided by the Contractor to install, upgrade, maintain and repair video teleconference equipment and ancillary conference room audiovisual equipment as prewired or audiovisual or networking system integrated conference tables, microphones, speakers, and electronic signage that support audio, video and surveillance installations at each WWR site. Additional hardware, software, upgrade, support, and maintenance services for future requirements are also required. This sources sought effort is to conduct market research and determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. Design and Engineering: Develop drawings, specifications and configurations for equipment hosting, wiring and cabling, rack mounting, assembly, modifications to existing systems, and scalable security solutions. Design and engineering is required for medium and large projects. The Contractor shall provide an equipment list including the following product groups: video teleconferencing endpoints (software desktop and rack models high definition cameras); secure IP switch (hardware to switch between secure and nonsecure calls); premise wiring (cabling/ media converters/ ISDN converters); media control systems (control software, audio and video switchers, touch screen control panels)network video teleconference recorders teleconference infrastructure management (remote administration software, protocol conversion software and hardware) video displays (LED displays/monitors, projectors, mounting hardware)media systems (Blu-ray, DVD and digital TV tuners) audio systems (microphones, amplifiers, speakers and supporting hardware) ancillary equipment (modular flooring, equipment racks, lecterns, interactive tables, sound masking/proofing) power conditioning equipment (Uninterrupted Power Supply, power distribution units) LED room signs (secure/nonsecure) and any facility upgrades/modifications (energy efficient lighting, video surveillance, security cameras). All video teleconference (VTC) hardware and software shall be identified in the Defense Information Systems Agency (DISA) Unified Capabilities Requirements (UCR) 2013 (or later) Approved Products List Integrated Tracking System (APLITS). Project execution and schedule management, on-site supervision of installation crews, coordination of subcontractors, quality control, equipment check/functional tests, customer interface and inspection/acceptance turnover. Installations shall be accomplished by certified installers based upon the selected solution. Workmanship shall be warranted by the Contractor and preferred customer terms and conditions shall be provided. Project management and installation are expected with medium and large projects. Customer Training/Orientation: Provide individual/group instruction on equipment installations, system operation, preventive maintenance, troubleshooting, warranty provisions and service requests. All medium and large projects will require both technical training for WWR personnel as well as user training for end personnel, i.e. the daily user of the conference room(s) or control rooms. The Contractor shall provide maintenance and technical support solutions for installed equipment, on-site preventive/corrective maintenance, warranty support, replacement of defective equipment, and records control. Quantities and types of equipment are subject to change as required to replace obsolete or damaged equipment. The Contractor shall provide the test equipment which is capable of troubleshooting/diagnosing malfunctions of the equipment/systems. The Contractor shall also have on hand the necessary hand tools and maintenance equipment, as required, at no additional charge to the Government. The Contractor shall be prepared to upgrade or furnish, at no extra cost to the Government, dedicated test equipment and tools to provide continuing service for the actual equipment systems added to the Government's inventory during the period of the contract. The transportation of equipment from current locations to a repair facility will be the responsibility of the contractor. The contractor shall provide a vehicle to transport equipment, either needing repair or having been repaired, to and from the repair facility adequate to protect the equipment properly. Emergency on-call services shall be provided, as required, to repair equipment in response to notification of equipment failure. During a normal eight (8) hour workday, such response shall be made within one (1) hour after notification of equipment failure. The one hour response time is required, 8-12 hour repairs continue upon parts of availability. Any emergency repair notification that will require the performance of services beyond the normal eight (8) hour work day shall begin on the day of notification and be completed no later than four (4) hours into the next work day. The normal eight (8) hour work day is from 0800-1600. The Contractor shall provide repair service, as required, to return all equipment to the level of performance indicated as proper in the corresponding technical manual. The Contractor's repair activities shall include appropriate diagnostic tests to determine malfunctions and perform repairs, as required. Equipment shall either be repaired in place or transported to the Contractor's repair facility. The Contractor shall have the requirements for repairs validated by the Contracting Officer's Representative (COR), under the following circumstances: when the equipment cannot be repaired in place, and or prior to the purchase of any required parts. In addition, the Contractor shall sign a receipt for the equipment prior to removing the equipment from the Marine Corps facility. The receipt to be signed will be furnished by WWR Responsible Officer. The accountability procedures established by the Government for the control of the equipment moved from any location to the manufacturer's facility until returned to its designated on-site location shall be strictly enforced. | ||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |