R425--Audio Visual Repair, Updates, and Maintenance Services for the Beckley VAMC Auditorium
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159413433893547 |
Posted Date: | Feb 28, 2024 |
Due Date: | Mar 15, 2024 |
Source: | https://sam.gov/opp/b25d43b18a... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 28, 2024 07:58 am EST
- Original Response Date: Mar 15, 2024 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Mar 30, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
-
NAICS Code:
- 334310 - Audio and Video Equipment Manufacturing
-
Place of Performance:
Beckley , WV 25801USA
The contract shall cover a base period from 05/1/2024 to 04/30/2025 with three option years.
Option year 1 05/01/2025 to 04/30/2026
Option year 2 05/01/2026 to 04/30/2027
Option year 3 05/01/2027 to 04/30/2028
2. Hours of Operation
The vendor shall provide telephone and onsite technical support for maintenance/repair if required for the Auditorium Audio Visual System during normal business hours Monday through Friday 8:00 A.M. to 04:30 P.M. excluding federal holidays.
3. Scheduled Maintenance
Software upgrade and update is included, with no additional cost.
Software upgrade and update shall be scheduled with COR/COR Alternate.
A change order request shall be completed and approved by COR/COR Alternate prior to upgrade/update. 4. Unscheduled Maintenance
Unscheduled software maintenance: communicate to COR/COR Alternate immediately prior to action being taken.
Unscheduled hardware infrastructure failure: communicate to site POC for plan of repair/replacement.
5. All services for this contract must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations.
6. The contractor shall ONLY respond to service calls placed by the COR/COR Alternate. 7. Equipment Covered (See Slideshow for Layout)
All Auditorium Audio Visual Equipment not limited to the following:
BiAmp Tesira Forte Dan VT
Crown CDI 1000
Crestron 3 Series DMPS3-300-C
Crestron Control Tablet
Crestron DM-RMC-4KZ-100-C DM Room Controller
BoxLight Interactive Flat Panel Pro Color 653U
BoxLight S101 WiFi Module
NEC NP-PX803UL-BK Projector
(2) Marshall Electronics CV612HT-4K PTZ HD Conference Camera
(2) SennHeiser Ceiling Mount Room Microphones
(2) SennHeiser EW G4 Wireless Monitor System
SennHeiser SK100 G4 Microphone
SennHeiser E 835 G4 Microphone
(8) Crestron Wall Mount Room Speakers
Tascam BD-MP1 Blu-ray Player
Cisco SG350-28P 28 Port Gigabit POE Managed Switch 8. Personnel Qualifications
Contractor personnel performing maintenance, repair services, and providing technical support must be fully qualified and competent.
9. C&A Requirements
C&A requirements do not apply. A Security Accreditation Package is not required. Interested & Capable Responses
NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your:
1. Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address) with proof of a System for Award Management (SAM.gov) registration.
2. Applicable GSA contract number; if you have one.
3. Capability statement and summary of relevant experience performing the duties related services requested in the Request for Information for VHA and other healthcare entities.
4. Ballpark cost estimate and suggested price schedule of what VHA could expect to pay your company to perform the work described above. See Attached Cost Price Schedule Line Item Sheet for suggested Price Schedule.
Responses to the information requested above must be submitted via email to ethan.mauzy@va.gov, by March 15th, 2024 NLT 11:00hrs EST.
This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
- 8849 International Drive Suite 215
- LINTHICUM , MD 21090
- USA
- Ethan Mauzy
- Ethan.Mauzy@va.gov
- Phone Number (410) 642-2411 Ext.22819
- Feb 28, 2024 07:58 am ESTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.