7E20--11th Floor Conference Room Upgrade - Bldg 126

expired opportunity(Expired)
From: Federal Government(Federal)
36C26222Q1585

Basic Details

started - 19 Aug, 2022 (20 months ago)

Start Date

19 Aug, 2022 (20 months ago)
due - 26 Aug, 2022 (20 months ago)

Due Date

26 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C26222Q1585

Identifier

36C26222Q1585
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)262-NETWORK CONTRACT OFFICE 22 (36C262) (6155)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this notice must be in writing. This announcement is for market research purposes, to make appropriate acquisition decisions, and to gain knowledge of potential businesses interested and capable of providing the supplies/services described below. VA Hospital located at 5901 E 7th Street, Long Beach, CA 90822 is seeking a contractor to fulfill a project that entails the purchasing and installation of equipment included in the Appendix A - Salient Characteristics. Appendix B Statement of Work is also provided with this sources sought announcement. If your company is interested and can provide the required supplies/service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to:
Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 541419? (4) Please provide the contract type and number for the NASA SEWP V contract holder. (5) Are the referenced items/solutions available on your NASA SEWP V schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 517911 (1,500 employees). Responses to this notice shall be submitted via email to peter.burke@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/25/2022 11:00 AM PST. After review of the responses to this announcement, a solicitation may be published on the FedBizOpps or NASA SEWP websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov. Appendix A Salient Characteristics AUDIO VIDEO SYSTEM UPGRADE-CR BLDG 126, 11TH FLOOR. Low profile ceiling mount microphone: Must not exceed 5.90 inches (150 mm) in diameter Must mount directly to the ceiling Must utilize Beam tracking technology Must provide a full 360-degree room coverage Network box includes DSP for Beam tracking Uses only one channel of AEC per mic Beam tracking technology works out-of-box without any lobe aiming or room mapping Available in either black or white Evaluated to the requirements of UL 2043 and is suitable for use in air handling spaces Additional RJ-45 connection Fixed I/O Digital Signal Processor: Gigabit Ethernet port Up to 8 channels of configurable USB audio RS-232 serial port Rack mountable (1RU) Supports port authentication via IEEE 802.1X SIP VoIP interface via a RJ-45 connector Standard FXO telephone interface via RJ-11 connector 5-PORT Audio Video Bridging expansion device Must Have five 1 Gbps RJ-45 ports Four ports support PoE+ power (IEEE 802.3at Class 4, 30W) Amplifier with mounting bracket Must be a four channels; 60W per channel Must be a bridgeable channels Must be D-Class amplifier topology Rack mountable; includes mounting kit Ceiling speaker Must be high-performance 2-way in-ceiling speaker Must not exceed 6.5 inches in diameter Built-in 60 W 70V/100V multi-tap transformer Includes tile bridge for installation in a drop-tile ceiling Meets the UL® 2043 requirements for installation in an environmental air-handling space Handheld and Wireless Microphone System: Must have transparent 24-bit digital audio Must extended 20 Hz to 20 kHz frequency range (microphone dependent) Maximum of 120 dB dynamic range Digital predictive switching diversity 64 MHz tuning bandwidth Ethernet networking for multiple receiver systems Network channel scanning configures open frequencies for networked receivers AES-256 encryption for secure wireless transmission 10 inches touch panel: Minimum size is 10.1 in. (257 mm) widescreen active-matrix color display and 1920 x 1200 WUXGA display resolution Capacitive touch screen display Custom-programmable virtual control buttons Built-in speakers and microphone H.265, H.264, or MJPEG streaming video display Built-in Bluetooth® communications beacon Built-in web browsing Single wire Ethernet connection with PoE or PoE+ power Wi Fi® network connectivity USB 2.0 port for room availability accessories Enterprise grade security and authentication Web, cloud, or device-based configuration Wireless touchscreen: Must have Advanced wireless touch screen controller Must be thin to use for the tablet design Must have LED backlit color LCD display Must have capacitive touch screen technology Multi-touch capable H.264 or MJPEG streaming video display Built-in microphone and speakers Built-in web browsing Dual-mode RF wireless performance Extended Range 2.4 GHz RF plus Wi-Fi Instant-Waking® behavior like an IR remote with all the benefits of 2-way RF! Supports roaming for extended wireless coverage Large-capacity, user-replaceable Li-Ion battery pack Rechargeable using power pack or table dock (both included) [1] Wireless gateway: Must have multipurpose 2-way RF wireless gateway Dynamic discovery for fast, easy setup Must be "Wi-Fi® friendly" channel selection for trouble-free operation Must have Built-in RF network diagnostics Must have High-speed Ethernet control system interface 24VDC or PoE network powered Dual-Technology Occupancy Sensor, PoE Must be ceiling-mount occupancy sensor Must have Dual-technology motion detection Must have 360-degree coverage pattern Must cover 2,000 sq ft coverage area Communicates via Power-over-Ethernet (PoE) Room scheduling touch screen: Maximum 10.1 in. (257 mm) widescreen capacitive touch screen display Integrates directly with various room scheduling services Single-wire high-speed PoE or PoE+ network connection Switch: 48 x PoE+ Gigabit Ethernet Ports 2 x GbE Combo Ports + 2 x SFP Slots 375W Dedicated PoE Power 104 Gb/s Switching Capacity 24 Mb Packet Buffer Internet Protocol version 6 Support Advanced Layer 3 Traffic Management Enhanced Power Efficiency Large display LCD Minimum size is 98 inches. Panel type: 60Hz E-LED BLU Resolution: 4K UHD Input connectivity: RGB: DVI-D, Display Port 1.2 Video: HDMI 2.0 HDCP: HDCP2.2 Audio: Stereo mini jack, DVI, HDMI USB: USB 2.0x2 Output connectivity: RGB: HDMI 2.0 (Loop-out) Audio: stereo mini Jack Power supply: AC 100 - 240 V~ (+/- 10 %), 50/60 Hz Digital media receiver: Minimum of Digital Media 8Gb, audio extractor, and display controller Handles UHD and 4K video resolutions Handles HDR (High Dynamic Range) video Provides HDMI input and output  Provides a stereo analog line level audio output  HDCP 2.2 compliant Digital Media Port: Number/signal type HDMI/DVI (HDCP compliant) HDMI/DVI loop-through (HDCP compliant) Standards DVI 1.0, HDMI 1.4, HDCP 1.3 VIDEO OUTPUT Number/signal type 1 USB digital video USB ENCODING USB standards USB 2.0 high speed, USB 1.1 full speed COMMUNICATIONS 2 Digital input control and 2 digital output control. PTZ Camera System: Minimum of 30x Zoom PTZ Camera System Minimum of 70° horizontal field of view Simultaneous HDbaseT, HDMI and IP H.264 streaming Remote IP Management Camera extension with HDBaseT technology Simultaneous HDMI and IP Streaming outputs Digital Media Transmitter with HDMI: HDBaseT® Certified standard Enables direct connection to other HDBaseT certified equipment Local HDMI output (DVI compatible6) HDCP 2.2 compliant Performs automatic AV signal format management via EDID Enables device control via CEC, IR, RS-232, and Ethernet Enables USB HID signal extension for a local computer5 Matrix switch: Must be a 9x4 multi-format matrix switcher with scaling Inputs must have: 4 HDMI, 3 fibers or CAT6, and 2 VGA, composite, or S-video. Output: 4 HDMI HDMI v1.3 Must be a rack-mountable Appendix B Statement of Work AUDIO VIDEO CONFERENCE ROOM CONTROL SYSTEM UPGRADE BUILDING 126, 11th FLOOR CONFERENCE ROOM GENERAL INFORMATION VA Long Beach Health Care system is seeking for a contractor to upgrade the Audio Video Conference Room Control system in building 126, 11th floor conference room. Crestron is the brain for the existing system and the new upgraded system. The contractor is responsible to replace the existing equipment with the new equipment, intergrate the new and old equipment; conduct the design and programming to bring the whole VTC system into operational with the latest technology. SCOPE OF WORK Display monitors: Contractor shall provide and install (2) 98 wall mount Edge-Lit 4K UHD LEDdisplays for business at the front of the room. Contractor shall ensure the wall is strong enough to hold the (2) 98 display above. Contractor shall be responsible for the additional wall support backing if required and validate the safety of the installation. Contractor shall provide and install (2) wall mount kits for the 2 displays above. Contractor shall provide and install 2 electrical outlets behind the (2) 98 wall mount displays. Contractor shall provide and install (2) DigitalMedia 8G+ 4K604:4:4 HDR receiver and Room Controller with Scaler. Video Sources: VA will provide 1 computer with dual monitor output and web conferencing capabilities to enable soft conferencing calls such as TEAMS (software will be installed on the VA provided computure) Contractor shall provide and install 1 computer input plate located at the podium to accommodate HDMI laptops users. Provide a USB input at the input plate to enable users to use whatever conferencing platform they may have running on their laptop. Provide an USB-C and Lightning adapters to laptop users to ensure they can connect to the HDMI cable described above. Contractor shall provide and install 1 computer input plate located one of the three existing recessed table boxes (which table ox is TBD) to accommodate HDMI laptops users. Provide a USB input at the input plate to enable users to use whatever conferencing platform they may have running on their laptop. Provide an USB-C and Lightning adapters to laptop users to ensure they can connect to the HDMI cable described above. One VA provided Webex Room Kit+ using two video conferencing cameras will provide local room video coverage to the far end. One camera will be mounted between the displays to cover the audience. The second camera will be located at the back of the room to cover the presenter at the front of the room or the wall boards on the back wall of the room. Audio System: Contractor shall provide and install (8) 6.5 recessed ceiling speakers. Audio support for local content, voice lift, and far-end material will be supported via these speakers. Contractor shall provide and install (5) low profile ceiling microphones and (5) Pendant microphone for audio pickup of the local meeting participants. Contractor shall provide and install 1 handheld/lavaliere wireless combination kit for speech pickup of presenter. Contractor shall provide and install (1) clip on gooseneck at the podium to accommodate the wireless handheld microphone. Contractor shall provide and install the following equipment and cables to complete the audio system (1) Fixed I/O DSP with 12 analog inputs, 8 analog outputs, 8 channels configurable USB audio,128 x 128 channels of AVB, AEC technology (all12 inputs), 2 channel VoIP, and standard FXO telephone interface. (2) 5-port AVB expansion device. (1) 4 channel, 60W half-rack amplifier with mounting bracket. Coaxial cables offers BNC to BNC connection. Control System: Contractor shall provide and install (1) 10 touch panel on tabletop kit will reside on the podium work surface and will provide users with control of the system. Contractor shall provide and install (1) wireless 10 touch panel on tabletop kit will reside at the conference table (due to limited conduit capacity). Contractor shall provide and install the following equipment to complete the Control system: (1) wireless gateway (2) Dual-TechnologyOccupancy Sensor, PoE,2,000 Sq Ft (2) 10.1 in. Room SchedulingTouch Screen, WhiteSmooth, with MultisurfaceMount Kit and Room availability Light Bar Cisco SG350-52P 52-portGigabit PoE Mana network switch. Along with all the traditional AV system controls, contractor shall integrate the Webex room kit functionality into these touch panels. Video System: Contactor shall provide and install (4) AV Table box for HDMI, USB, Power and Data. Contactor shall provide and install (1) Mediaport 200 HDMI to USB Contractor shall provide and install (2) cameras RoboSHOT 30E HDBT OneLINK HDMI System Contractor shall provide and install (2) DM Transmitter w/ HDMI Contractor shall provide and install (1) Matrix Switch Contractor shall provide and install the following equipment and accessories: (1) PoDM (1) HDMI DA (2) HDMI Adapter ring (2) adapter cable lighting-HDMI F (2) USB-C to HDMI Adapter (4) security clamp to attach Apple Adapters to DL-AR system. Support equipment Rack: Contractor shall provide a 36RU equipment rack and install it in the IT closet next to the conference room. All existing audio video equipment will move to the IT closet and install on the equipment rack above. Contractor shall be responsible to perform fire caulking to the existing sleeve if they open it to install new cables for this project. If there is a new sleeve open, contractor shall fire caulk it to after install the cables. Contractor shall provide and install rackmount power (9 outlet, 15A, series surge) Contractor shall provide a new UPS to support all audio video equipment on the requipment rack. Scheduling Panels: Contractor shall provide and install (2) 10 scheduling panels. One unit will be installed outside each of the entry doors. Professional Service: Contractor shall provide the following professional services to complete this project: Engineering service includes Engineer Design, Field Engineeing, Programmer, CAD operator. Project administration service includes Project management, project coordination. Installation service Post Installation Service and Support: contractor shall provide 1 year service and support program containing the following features: Preferred and priority service status with guaranteed fifteen (15) minute response time Unlimited service calls with a guaranteed twenty-four (24) hour on-site response time when service location is within two (2) hours drive time of a client facility. Unlimited Tier 1 & Tier 2 Help Desk phone and/or email response/support via Service Center. Preventive maintenance provided once (1) annually Equipment repair and replacement as requested. Service Summary Reporting (24) business hour on-site response time Technical Review Requirement: contractor shall satisfy the flowing requirements: Contractor to have staff access to control system programmers to perform the programming needs for this project. Have a documented COVID19 safety work protocol program in place. Have a documented work safety program in place. Contractor to have staff access to project team members who possess the following experience / work knowledge of certifications dedicated to the project: AVIXA APEX Certification Cisco CCNP Crestron DMC-D-4K Crestron DMC-E-4K Crestron DM-NVX-N Crestron MCP (Master Certified Programmer) CTS-D CTS-I APEX Biamp Contractor shall responsible to remove old existing equipment in the room before install the new equipment provided in this contract. Contractor shall provide As-built drawing of the upgraded system to the VA staff.. Soft copy shall be in AutoCAD and PDF versions. Two half size drawings for the hard copy. Contractor shall provide training to the VA staff after finished the Audio Video Conference Room control system upgrade. A 1 year warranty for labor and manufacture warranty for equipment, material shall be included in the contract. Contractor shall be responsible for all required equipment such as lift, high ladder, and all other equipment to be able to perform the work in the conference room. VA will not provide any of these equipment. Contractor is highly recommended to attend the job site walk to understand the complexity of the Audio Video Conference Room Control system. Job walk will be on September 6th, 2022 at 10:00 am. PERIOD OF PERFORMANCE After the award, contractor shall complete the project within 9 months. This schedule includes client milestones, design, equipment procurement, programming, on-site work, and customer training. Contractor shall perform the works during business hours and some after business hours depends on the conference schedules. Contractor shall schedule the conference room with VA staff 1 week in advance for the on-site work.

VA Long Beach Health Care System  ,
  90822  USALocation

Place Of Performance : VA Long Beach Health Care System

Country : United States

You may also like

Request for Proposals for Hybrid Meeting Upgrade to First Floor Conference Room

Due: 13 May, 2024 (in 15 days)Agency: City of Asheville

Classification

naicsCode 541519Other Computer Related Services
pscCode 7E20IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)