Wounded Warrior Regiment Audio Visual Modernization
SOURCES SOUGHT ANNOUNCEMENT The Marine Corps Installation National Capital Regional - Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources to support the Wounde... SOURCES SOUGHT ANNOUNCEMENT The Marine Corps Installation National Capital Regional - Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources to support the Wounded Warrior Regiment (WWR) Audiovisual Modernization effort. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACTING OFFICE ADDRESS: Marine Corps Installations National Capital Region - Regional Contracting Office (MCINCR-RCO) 2010 Henderson Rd, Quantico, Virginia 22134 INTRODUCTION: 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. PROGRAM BACKGROUND: The Wounded Warrior Regiment (WWR) provides leadership and ensures compliance with laws and Department of Defense (DoD) instructions related to the support, recovery, and non-medical care of combat and non-combat Wounded, Ill, and Injured (WII) Marines, sailors attached to Marine units, and their family members in order to maximize their recovery as they return to duty or transition to civilian life. In order to optimize communications and integrate collaborations platforms, WWR will modernize each site to current industry and DoD standards. REQUIRED CAPABILITIES TASK 1: ASSESSMENT & DESIGN The Contractor shall provide the following support based on the customer requirements and the Contracting Officer's Representative's (COR) scoping of the project as a small, medium or large project designation. The following synopses provide an overview of the types of efforts anticipated under each of the principle service group. These efforts include but are not limited to: Requirements Assessment: Perform consultations, review and analysis of draft customer requirements, on-site inspection and schematics/sketches and provide market research walkthroughs of physical space, review of customer plans/drawings, develop preliminary schematics/sketches and provide market research. Support expected for small project differs from medium and large in that on site assessment for a small project is not expected. Onsite requirements gathering is recommended for medium and large projects. 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). TASK 2: PROJECT MANAGEMENT & INSTALLATION: 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. TASK 3: MAINTENANCE & REPAIR SERVICES 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. In the event that equipment is under manufacturer's warranty, the contractor will perform all repairs using manufacturer supplied or purchased parts. The Contractor shall establish and maintain inventory of repair parts for routine repair of the equipment. Inventory sheet to be provided to COR on a monthly basis to insure proper inventory. Inventories shall be maintained for common equipment failures, for parts requiring long lead times to acquire, and critical spare parts. The Contractor will be expected to obtain parts not on hand or available from their normal supply source in the most expeditious manner. ALL MAINTENANCE/REPAIRS SHOULD HAVE 100% CAPATABILITY WITH INSTALLED EQUIPMENT ACROSS ALL OTHER LOCATIONS AS LISTED BELOW SECURITY REQUIREMENTS: Security Documentation: Contractors may be required to have a DD Form 254 on file. DoD and Marine Corps Network requirements: All equipment, components, software, and peripherals within audiovisual systems installed and maintained must conform to all DoD and federal guidance, rules and policy. Equipment must be DISA certified for use on the network. This includes adherence to the following policies and guidance: •· Headquarter Marine Corps Marine Corps C4 Cybersecurity Division (HQMC C4/CY) •· Defense Information Systems Agency (DISA) LOCATIONS: WWR Headquarters - Quantico, Virginia (*Site survey highly recommended) Wounded Warrior Battalion - East - Camp Lejeune, North Carolina (*Site survey highly recommended) San Antonio, Texas Detachment (*Site survey highly recommended) Walter Reed National Military Medical Center, Maryland Detachment Fort Belvoir, Virginia Detachment Portsmouth, Virginia Detachment Landstuhl, Germany Detachment Wounded Warrior Battalion - West - Camp Pendleton, California (*Site survey highly recommended) Naval Medical Center San Diego, California Detachment Kaneohe Bay, Hawaii Detachment TRAVEL: The Contractor should be fully capable of traveling to various locations as listed above or propose a workable solution toward performing services as outlined in Task 1, 2 and 3. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 811212, Computer and Office Machine Repair and Maintenance, with the corresponding size standard of $27,500,000. The Product Service Codes (PSC) for this effort is J070. This Sources Sought Synopsis is requesting responses to the following criteria from Small Businesses that can provide the required services under the NAICS Code. Vendors are encouraged to suggest a different NAICS code that you consider is more appropriate. To assist MCINCR-RCO in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. SUBMISSION DETAILS: Responses/Company Capability Statements must include: •1) Business name and address; •2) Name of company representative and their business title, email, phone; •3) Type of Business; •4) NAICS Code; •5) Cage Code and DUNS; •6) Contract vehicles that would be available to the Government for the procurement of the product and service. This may/may not include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) •7) NAICS 811212 has been identified. Please specify any NAICS code you believe best fits this requirement and provide supporting rationale. Vendors are encouraged to recommend a more appropriate NAICS they feel would be applicable. •8) All responses should be in PDF format and submitted as one document. Do not submit multiple documents. Vendors who wish to respond to this sources sought should send responses/capability statements via email NLT 1:30 PM Eastern Daylight Savings Time (EDT), June 3rd 2019 to Mr. Jeremy D. McVicar at jeremy.mcvicar@usmc.mil and Curtis Harris at Curtis.Harris@usmc.mil . Interested vendors should submit a brief capabilities statement package (no more than twelve (12) pages total) demonstrating ability to perform the services listed above under "Required Capabilities". Responses should be clear and concise and neatly organized into one (1) pdf document. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government staff reviewing responses to this announcement will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »