G 3875BA OCAAV 108 RFB

User Manual: 3875BA

Open the PDF directly: View PDF PDF.
Page Count: 27

DownloadG 3875BA OCAAV-108 RFB
Open PDF In BrowserView PDF
STATE OF NEW YORK

NYS OFFICE OF COURT ADMINISTRATION
25 BEAVER STREET
ROOM 840
NEW YORK, NY 10004

JUDICIARY
— REQUEST FOR BID—

(Agency Name and Address)
Direct Inquiries to: Marie-Claude Ceppi
Telephone No.: (212) 428-2727

(This is not an order)
BID MUST BE MADE ON THIS SHEET
OR AS OTHERWISE SPECIFIED

Price to include delivery to (describe exact location and method
of delivery)

Bid Number: OCA/AV-108
Issue Date: 12/26/2005

Commodity Group:
Miscellaneous Services

Opening Date:
JANUARY 25, 2006
Time: 3 PM

Commodity Name:
AUDIO/VISUAL
EQUIPMENT RENTALS

As per specifications

OFFICE OF GENERAL SERVICES “GENERAL SPECIFICATIONS” (DECEMBER 1998) ARE FULLY INCORPORATED HEREIN.
Agency’s Specification of item(s) Required
(include quantities)

Bidder’s Quotation and Specific Description
of Item Offered

UCS ATTACHMENT I, II and III ATTACHED &
INCORPORATED HEREIN.

ALL BID RESPONSES MUST BE ENTERED ON THE
ENCLOSED BID RESPONSE FORM UNLESS SPECIFIED
OTHERWISE HEREIN.

To be downloaded from Contract & Procurement website

NOTICE TO BIDDERS
Pursuant to the Rules and Regulations of the Chief Administrator
for the Courts, sealed bids for furnishing the item(s) in this
Request for Bid will be received at the above address. When
submitting a bid, you must:
1. Complete this form in its entirety using ink or typewriter and
return with all other documents.
2. Explain any deviations or qualifications if your bid deviates from
the specifications. If necessary, attach a separate sheet setting
forth such explanations.

3. Sign the bid. The bid must be completed in the name of the
bidder (corporate or other) and must be fully and properly
executed by an authorized person.
4. INDICATE THE BID NUMBER, THE BID OPENING DATE AND
TIME ON THE ENVELOPE CONTAINING THE SEALED BID.
5. Mail the bid to the above agency address in sufficient time for it
to be received before the specified bid opening. LATE BIDS WILL
BE REJECTED.

BIDDER HEREBY CERTIFIES THAT THE ABOVE QUOTED (OR OTHERWISE NOTED) PRICES ARE APPLICABLE TO ALL CUSTOMERS
FOR COMPARABLE QUANTITIES, QUALITY, STYLES OR SERVICES.

BIDS MUST BE SIGNED
Bidder’s Firm Name:
Address
Street

Employer’s Federal Identification Number

City

State

Bidder’s Signature

Official Title

Printed or Typed Copy of Signature

Area Code/
Telephone Number

Zip

rfb1.frm 7/99

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

AUDIO/VISUAL EQUIPMENT RENTALS
DOCUMENT ENCLOSURE CHECKLIST

All of the following documents and information must be executed and returned as specified.
Failure to include any of the required documents or information may result in rejection of
the bidder’s proposal:
1.

UCS Request for Bid Form with original signature.

2.

Non-collusive bidding certificate with original ink signature - Attachment I, p.3

3.

Corporate acknowledgment with original ink signature. - Attachment I, p.4

4.

Vendor Tax Compliance & Certification - Attachment II, Form ST-220, 4 pages

5.

Vendor Responsibility Questionnaire - Attachment III

6.

List of at least three (3) references (names, contacts, addresses, phone numbers)

7.

Bid Sheet - 6 pages (signed and dated)

8.

Organizational chart and copies of resumes/diplomas/certifications

9.

Certificate of insurance coverage

10.

Bidder’s full and complete original proposal with signature

11.

Five (5) complete copy-sets of above (in addition to original bid response)

Note: all documents requiring original signature must bear the signature of the same
authorized individual. Signatory notarization must be that of the person whose signature
is affixed to required documents.

1

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

BID SHEET
Equipment Cost

Cost per unit per day

1.

Kodak Ektagraphic III Slide Projector

$ _____________

2.

Elmo EV-400 Visual Presenter

$ _____________

3.

Elmo Slide to Video Transfer Unit

$ _____________

4.

Dukane 4000 Lumen Overhead Projector

$ _____________

5.

Eiki LC-X70 5000 Lumen LCD Projector

$ _____________

6.

Eiki LC-XB25 2500 Lumen LCD Projector

$ _____________

7.

Eiki LC-XB15 1700 Lumen LCD Projector

$ _____________

8.

Projection Screen
a. 9' x 12' Fast Fold

$ _____________

b. 10' x 14' Fast Fold

$ _____________

c. 6' x 6' Tripod

$ _____________

d. 8' x 8' Tripod

$ _____________

e. 10' x 10' Cradle

$ _____________

f. 12' x 12' Cradle

$ _____________

9.

Mackie SRM 450 Speaker

$ _____________

10.

JBL EON power 10 Speaker

$ _____________

11.

Electrovoice DX34 Digital Signal Processor

$ _____________

2

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Bid Sheet (cont)
12.

Mackie 2404 24ch Mixing Console

$ _____________

13.

Mackie 1402 14ch Mixing Console

$ _____________

14.

Shure M367 6ch Mic Mixer

$ _____________

15.

Shure SM-58 Microphone

$ _____________

16.

Shure U24D UHF Wireless Microphone Kit

$ _____________

17.

Shure MX-412 Microphone

$ _____________

18.

Crown PC 160 Microphone

$ _____________

19.

Marantz PMD-222 Cassette Player

$ _____________

20.

Marantz PMD 370 CD Player

$ _____________

21.

Panasonic AG-456U Camcorder

$ _____________

22.

Panasonic DVC-80P DV Camcorder

$ _____________

23.

Video Tripod, Lt. Wt.

$ _____________

24.

Sony D-35 Video Camera Studio Configuration

$ _____________

25.

Video Tripod, Heavy Duty

$ _____________

26.

Panasonic S-VHS Player

$ _____________

27.

Sony Beta SP Player/Recorder

$ _____________

28.

Sony DSR 1500A DVCAM Player/Recorder

$ _____________

29.

Panasonic 27" TV/VCR Combo

$ _____________

30.

Sony 32" Monitor

$ _____________

3

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Bid Sheet (cont)

31.

NEC LCD 2080 20" LCD Monitor

$ _____________

32.

Pioneer PDP 433 43" Plasma Display

$ _____________

33.

Pioneer PDP V503 50" Plasma Display

$ _____________

34.

Bretford AV Cart
a. 54" w/Skirt

$ _____________

b. 42" w/Skirt

$ _____________

c. 26" w/Skirt

$ _____________

35.

Presidential Tele-prompter

$ _____________

36.

Folsom Screen Pro Switcher

$ _____________

37.

Folsom Presentation Pro Switcher

$ _____________

38.

Analog Way GSW611 Switcher

$ _____________

39.

Pioneer DVD-V7400 DVD Player

$ _____________

40.

Acer 254ELCI Laptop Computer

$ _____________

41.

Philips CDR-778 CD Audio Recorder

$ _____________

Labor

Rate per hour

Technician for hours of 9:00 am to 5:00 pm Monday - Friday

$ _____________

Technician for hours on Monday - Friday
before 9: am and after 5:00 pm, weekends and holidays

$ _____________

4

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Bid Sheet (cont)
Substitute Equipment Schedule:
Make & Model #

Cost per unit per day

1.

Slide Projector

_______________

$ _______________

2.

Document Camera

_______________

$ _______________

3.

Slide to Video Transfer Unit

_______________

$ _______________

4.

High Intensity Overhead Projector

_______________

$ _______________

5.

5000 Lumen LCD Projector

_______________

$ _______________

6.

2500 Lumen LCD Projector

_______________

$ _______________

7.

1700 Lumen LCD Projector

_______________

$ _______________

8.

Projection Screens:
a. 9' x 12' fast fold

_______________

$ _______________

b. 10' x 14' fast fold

_______________

$ _______________

c. 6' x 6' tripod

_______________

$ _______________

d. 8' x 8' tripod

_______________

$ _______________

e. 10' x 10' cradle

_______________

$ _______________

f. 12' x 12' cradle

_______________

$ _______________

9.

Portable Speaker

_______________

$ _______________

10.

Portable Powered Speaker

_______________

$ _______________

11.

Digital Audio Signal Processor

_______________

$ _______________

12.

24 channel audio mixing board

_______________

$ _______________

5

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Bid Sheet (cont)
13.
14 channel audio mixing board

Make & Model #
_______________

Cost per unit per day
$ _______________

14.

6 channel microphone mixer

_______________

$ _______________

15.

Dynamic cardioid microphone

_______________

$ _______________

16.

UHF wireless microphone kit

17.

Condenser cardioid microphone

_______________

$ _______________

18.

Wide area pick up microphone

_______________

$ _______________

19.

Audiocassette player

_______________

$ _______________

20.

CD player

_______________

$ _______________

21.

SVHS camcorder

_______________

$ _______________

22.

MiniDV camcorder

_______________

$ _______________

23.

Video tripod, light weight

_______________

$ _______________

24.

DVCAM camera

_______________

$ _______________

25.

Video tripod, heavy duty

_______________

$ _______________

26.

S-VHS player

_______________

$ _______________

27.

Beta SP or M-II component
player/record deck

_______________

$ _______________

28.

DVCAM or DVCPro player/recorder

_______________

$ _______________

29.

TV/VCR combo

_______________

$ _______________

30.

32" Video monitor

_______________

$ _______________

31.

20" LCD monitor

_______________

$ _______________

_______________

6

$ _______________

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Bid Sheet (cont)

Make & Model #

Cost per unit per day

32.

42" Plasma display

_______________

$ _______________

33.

50" Plasma display

_______________

$ _______________

34.

A/V carts:
a. 54" w/skirt

_______________

$ _______________

b. 42" w/skirt

_______________

$ _______________

c. 26" w/skirt

_______________

$ _______________

35.

Teleprompter

_______________

$ _______________

36.

A/V presentation switcher

_______________

$ _______________

37.

A/V presentation switcher

_______________

$ _______________

38.

A/V presentation switcher

_______________

$ _______________

39.

DVD player

_______________

$ _______________

40.

Laptop computer

_______________

$ _______________

41.

CD-R audio recorder

_______________

$ _______________

Company Name:

__________________________________________________

Authorized Officer’s
Name and Title:
__________________________________________________
__________________________________________________
Signature and Date:

__________________________________________________
________________________

7

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

*** GENERAL SPECIFICATIONS ***

Note: In addition to such other specifications and criteria presented herein, the NYS Unified
Court System Attachment I - Standard Request for Bid Clauses & Forms, Attachment II Vendor Tax Compliance & Certification, and Attachment III - Vendor Responsibility
Questionnaire, must be downloaded from the Contract & Procurement website under
“Addenda” for the appropriate solicitation and are incorporated and made a part hereof.
Online RFB Package: Disclaimer:
Bidders accessing any UCS/OCA solicitations and related documents from the NYS UCS website
www.nycourts.gov/admin/bids under “Current Solicitations” shall remain solely and wholly
responsible for reviewing the respective solicitation & bid documents on the internet regularly, up
to the scheduled date and time of the bid/proposal due date, to ensure their knowledge of any
amendments, addenda, modifications or other information affecting the solicitation or bid
documents in question.
Purpose and Scope:
The New York State Unified Court System (hereafter “UCS”) Office of Court Administration
(hereafter “OCA”) is soliciting sealed bids to establish an estimated quantity term contract for the
rental of audio/visual equipment and the provision of related services by qualified personnel for
the presentation and audio and/or video tape recording of seminars presented by faculty and
sponsored by the UCS. The UCS intends to conduct educational programs and judicial seminars
throughout the State of New York, as per the tentative schedule for 2006 (see Detailed
Specifications), from 2006 to 2009 included.
Term of Award:
A single estimated quantity term contract will be awarded for an initial term of one (1) year
effective January 1, 2006. The UCS reserves the right to renew the contract for three (3)
additional one-year (1) periods and to further extend the contract for up to one hundred and
eighty (180) days, upon the same terms, pricing and conditions. The contract and its renewals
and or extension shall be subject to the approval of the New York State Attorney General’s Office
and the Office of the Comptroller.
8

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Bidder’s/Contractor’s Facilities - Location and Site Visits:
Bidders’facilities shall be located within the states of New York, New Jersey and Connecticut.
OCA will conduct mandatory site visits of bidders’facilities as part of the bid responses’
evaluation process. Subsequent to the award, contractor’s facilities shall be made available for
periodic inspection upon request. Site visits will be conducted to ensure that vendor’s inventory
and qualified labor are available at all times, based on this RFB’s general and detailed
specifications.
Method of Award:
A single contract shall be awarded to the contractor scoring the highest point total for the
following criteria:
1. Total Cost: a + b

60 points

a. Equipment cost
b. Labor cost

40 points
20 points

The method of awarding points for each category a. and b. will be to award 40 points to the
lowest responsible bidder offering the lowest grand total cost for all equipment listed on the
attached cost schedule, 20 points to the lowest total labor cost to be split between the rate per
hour during regular business hours - 10 points - and the rate per hour for overtime - 10 points.
A percentage of 40 and 10 points will be awarded to each additional responsible bidder, equal to
the ratio of the lowest bid price to the bid price of each other bid times 40 or 10. Points will
then be added for a total points.
(Lowest $ bidder/second (third, etc.) lowest $ bidder ) x 40 (or 10) = x points

Example (with 40 points):
Lowest bidder
Second lowest bidder
Third lowest bidder

$100.00
$125.00
(100/125) x 40 = 32 points
$140.00
(100/140) x 40 = 28.57 points

Etc.

9

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

2. Equipment and Facilities

30 points

Facilities and equipment will be evaluated based on the availability of the equipment listed under
“Necessary Stock of Required Equipment” in the Detailed Specifications. Points will be awarded
in the following manner:
Bidders who meet or exceed the number of pieces listed for:
100% of the items - or 19 items - shall receive
30 points
75%
14 items - shall receive
22.5 points (30 x .75)
50%
9 items - shall receive
15 points (30 x .50)
25% of the items - or 5 items - shall receive
7.5 points (30 x .25)
Less than 25%
0 points
3. Vendor’s prior experience
10 points
A maximum of 10 points will be awarded to respondents based upon prior experience, particularly
on similar and comparable projects and for other governmental agencies.
Pricing:
Bidder shall quote its labor costs on a per hour basis for regular business days 9:00 am to 5:00
pm, for extended hours before 9:00 am and after 5:00 pm, and for holidays and week-ends.
Prices shall include all set ups and break downs.
Bidder shall quote equipment on a per unit per day basis.
Charges to the UCS shall be based on “rental order(s)” for equipment and labor.
All prices are to be net f.o.b. destination. Prices shall include all equipment, materials,
supplies, and labor, as well as full inside delivery and full installation and configuration to
the exact location indicated on the rental order form. Prices shall include travel time and
any other additional expenses. No additional charges shall be allowed.
Estimated Quantities:
Any requirements, including equipment quantities, number of scheduled seminars, etc., specified
in this solicitation constitute estimates only, and accordingly, no commitment or guarantee to
reach any specified volume of business is made or implied. Accordingly, the award shall be for an
estimated quantity term contract.

10

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Additional Programs:
Additional programs/seminars may be added at a later date. Bidders must be able to provide
equipment and personnel for these programs on a thirty (30) days notice.
Evaluation:
A committee consisting of three managerial personnel representing OCA shall review and analyze
the bid responses according to the Method of Award stated above.
Supporting Presentation and Recording Samples:
OCA may request bidders to make an oral and visual presentation(s), on an individual basis, in
support of their proposals and to submit samples of previous recording work.
Bidders’ Qualifications:
Bidder shall provide an organizational chart identifying the names and titles of the account
manager and team members responsible for the OCA account. Bidder shall also provide copies of
technicians’resumes and certifications. Technicians shall have at least five (5) years of
experience in the A/V and recording field, to include set ups, operations, and break-down of all
equipment listed in this RFB’s Specifications.
Bidder shall explain in detail how it proposes to provide equipment and personnel, and their
back-up, anywhere in New York State. Bidders must demonstrate and confirm statewide service
capability.
Bidders must be able to provide equipment and personnel for additional programs on a thirty (30)
days notice.
Bidder’s responses must document their ongoing experience in providing the full range of services
contained in this RFP’s specifications or their responses may be rejected.
Mandatory Reserve Pool:
Awarded contractor must maintain a reserve pool of a certain number of units of each model of
core equipment as specified in the paragraph “Necessary Stock of Required Equipment” in this
RFB. This reserve equipment should satisfy last-minute or additional requests during
seminars/conferences or in case of equipment failure.
Such back-up units must be reserved for the exclusive use of the UCS, and must be shipped and
installed as soon as possible following notification by UCS.

11

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Equipment:
Bidder shall provide equipment that meet, at minimum, industry quality standards. There must be
a complete complement of equipment for each scheduled day of a seminar, plus an adequate
amount of back-up. Such equipment shall be installed at the site according to the directions of
OCA’s assignment manager. Vendor’s technicians shall be present to assist the faculty in the
presentation of any materials.
Damaged Equipment:
Awarded vendor shall immediately report real or suspected equipment damage to the OCA
assignment manager.
OCA shall not be held responsible for charges on equipment cancelled by OCA one day prior to a
scheduled start.
References:
Bidders must provide at least three references including company/agency name, complete address,
contact name, title and telephone number, for whom bidders have provided similar services for the
past three years.
Changes:
Under no circumstances should vendor act on any verbal communications of ordering
court/agency with respect to purchase orders, samples or proofs. Any and all communications or
changes are to be in writing. Vendor assumes all risks in acting otherwise.
Ordering Instructions/Rental Orders:
OCA shall provide, at bidders’request, a sample Rental Order Form which has detailed ordering
instructions. A Rental Order Form includes a heading including the following: seminar, date(s),
location, type of equipment, and authorized signature. Separate columns are also provided on all
work order forms for equipment types, quantity, etc.
Awarded vendor shall present the Rental Order(s) to the assignment manager for review and
approval at the beginning of each scheduled day of a seminar. The Rental Order(s) shall serve as
the basis for all invoices submitted to OCA.

12

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Invoices and Miscellaneous Costs:
Based upon the Rental Order(s), payment shall be made upon submission of invoices detailing all
charges.
If equipment listed on the Rental Order(s) for a presentation or a recording is damaged or fails to
operate properly, and it is not repaired by the awarded contractor, either during or after a
program, OCA shall incur no costs for that equipment. OCA shall not be held responsible for
charges on equipment cancelled by OCA one day prior to a scheduled start.
Contractor’s Responsibilities:
Bidder shall be solely responsible for equipment and services that they bid. Awarded contractor
shall assume full responsibility for delivery, installation, maintenance, and support services for all
equipment specified in this solicitation. Contractor shall be responsible to verify that equipment is
complete and in compliance with this RFP’s specifications, in order to meet OCA’s needs.
Contractor shall ensure that there be no interruption of services during
the term of the contract.
Contractor must be able to provide enough equipment to handle a full complement of faculty at
our largest program, with additional back-up in the event of equipment failure, and any additional
equipment requested during the course of a seminar. Contractor must provide technicians for set
up operation and break down for all seminars.
Contractor must provide equipment and personnel to cover the presentational needs and their
recording by means of either video or audio tape, or both.
UCS/OCA’s Responsibilities:
The assignment manager has primary responsibility for set up of all audio/visual and recording
equipment. The assignment manager shall provide the awarded vendor with the logistical
information specific to each seminar in advance of such seminar. The assignment manager shall
coordinate all A/V requirements as well as communications between the awarded vendor and the
site personnel. The assignment manager is responsible for reviewing and approving the Rental
Order Form at the beginning of each day of a seminar.
Questions:
Questions may be addressed in writing only, by email or fax, to
Marie-Claude Ceppi
NYS Office of Court Administration
25 Beaver Street, R-840
New York, NY 10004
Fax: 212-428-2819 Email: Mceppi@courts.state.ny.us

13

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

The deadline to submit questions is January 17, 2006 at 5:00 p.m. All questions will be
answered in writing and posted online at www.nycourts.gov/admin/bids under “Current
Solicitation” and this RFB Number.
Bid Response: Original and Copies
Bidder shall submit all required original RFB documents: Proposal, executed RFB Form,
Attachment I , pages 3, and 4 of 10 only, Attachment II - Form ST-220, Attachment III Vendor responsibility Questionnaire, and any other required documentation, brochures,
etc. as listed on the Document Enclosure Checklist. Bidder must include five (5) copies of all
such material.
Failure to provide all original documents and the requested number of copies may result in
disqualification of bidder’s response.
Please note: original and copies of the solicitation should not be submitted in a three-ring binder,
or in any other bound fashion. Please submit the original and copies bound only by rubber bands,
clips or similar devices.
All proposals shall remain binding on bidders until such time as OCA provides written notification
of intent to award contract, or bidders withdraw their proposals in writing, whichever occurs first.
Packaging, Identifying and Delivery of Proposals:
Bidders may not submit their bid responses online.
All bid submissions must be securely contained in a sealed package or carton and clearly marked
in large block letters on two sides as follows: “DELIVER IMMEDIATELY SEALED BID”.
The lower left corner of the bid package must be marked “BID - DO NOT OPEN” “
OCA/AV-108 DUE JANUARY 25, 2006 AT 3:00 P.M.”.
Failure to seal, mark and address as prescribed may result in non-delivery and/or rejection
of proposal. Please note that bids must be received by Marie-Claude Ceppi on January 25,
2006 at 3:00 pm at the latest, or bids will be declared “late bids”. It is recommended that
bidders allow several extra days for shipping their bid response in order to meet the
deadline.
Bids must be submitted to:
Marie-Claude Ceppi
Principal Court Analyst
NYS Office of Court Administration
25 Beaver Street, R-840
New York, NY 10004
The OCA reserves the right to reject any and all proposals or bids submitted in response to this
14

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

solicitation.
No-Bid:
Bidders are requested to send a no-bid letter to OCA, attn: Marie-Claude Ceppi, at the above
address, should they decide not to answer this solicitation. The envelope shall be clearly
marked in the lower left corner as follows: OCA/AV-108.
Unacceptable Proposals:
OCA may reject any proposals from bidders who are in arrears to the State of New York upon
any debt or contract; who previously defaulted on contract obligations, as surety or otherwise,
upon any obligation to the State of New York; who have been declared not responsible, or
disqualified, by any agency of the State of New York; or have any proceeding pending relating to
the responsibility or qualification of the bidders to receive public contracts.
Compliance with laws:
Contractors shall be compliant with all applicable federal, state and local laws, rules and
regulations.
Subcontracting:
No Subcontracting or outsourcing is permitted.
Independent contractor status:
It is expressly understood and agreed that the awarded contractor’s status shall be that of an
independent provider of services and that no officer, employee, servant or subcontractor of the
contractor is an employee of the UCS, OCA or State of New York. Contractor is solely
responsible for the work assignment, compensation, benefits and personal conduct and standards
of all such persons assigned to the provision of services. Nothing herein shall be construed to
impose any liability or duty on the UCS, OCA or State of New York to persons, firms,
consultants or corporations employed or engaged by contractor either directly or indirectly in any
capacity whatsoever, nor shall the UCS, OCA or State of New York be liable for any acts,
omissions, liabilities, obligations or taxes of any nature including, but not limited to, employment
and worker’s compensation insurance of contractor or any of its employees or subcontractors.
Unsatisfactory Performance and Contract Termination:
If the awarded vendor fails to fulfill any terms of this agreement on time, OCA expects the
awarded vendor to immediately rectify problems with equipment and/or personnel. Failure to
have fully functioning equipment and back-up equipment, as well as trained and cooperative
technicians (and their back-ups) on site as needed may result in contract termination. In such a

15

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

case, OCA shall notify awarded vendor in writing of the contract termination, to be effective as of
the date of written notification and without any further obligation from OCA under said contract.
Such a termination may result in a vendor being declared “non responsible” by the UCS/OCA,
pursuant to the Office of the State Comptroller’s 2005 guidelines on vendors responsibility and
removed from the UCS/OCA’s bidders list.
Financial stability:
Upon request, bidder shall provide a copy of financial filings as audited by a certified auditing firm
for the past three consecutive years and a copy of its last three annual reports.
Contractor’s General Liability and Property Damage Insurance:
Bidder must include with their submission proof of a minimum of $1,000,000.00 per occurrence
of professional liability insurance coverage. Such coverage shall be at no cost to the UCS and
OCA and shall remain in force for any period a contractual agreement exists with OCA.
A certificate of coverage shall be acceptable.
Awarded contractor may be requested by each building managing agent or owner at his or her
discretion to provide such a certificate of insurance before contractor may access the premises.

16

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

**** DETAILED SPECIFICATIONS

****

Necessary Stock of Required Equipment:
Because more than one program could be running in different locations at the same time, as well
as an individual programs with multiple rooms with A/V requirements, the UCS requires the
prospective vendor to have on hand a large enough inventory of certain equipment, listed below,
to handle all program needs. The UCS recognizes the fact that a prospective vendor, even if they
are engaged with other clients, needs to be capable of providing equipment to cover our proposed
schedule of events. The UCS expects prospective vendors to carry in their inventory enough
equipment to avoid any over reliance on sub-contractor rentals in order to satisfy demand. The
amount of equipment inventories listed below suggest what the UCS feels is the ideal amount of
stock a vendor should have on hand to meet our demands without going outside its own shop.
Item # 5
Item # 6
Item # 7
Item #8a
8b
8c
8d
8e
8f
Item # 9

15 pieces
15 pieces
15 pieces
4 pieces
4 pieces
20 pieces
20 pieces
4 pieces
4 pieces
20 pieces

Item #10
Item #12
Item #13
Item #14
Item #15
Item # 16
Item #17
Item #18
Item # 22

20 pieces
4 pieces
4 pieces
10 pieces
30 pieces
10 pieces
20 pieces
10 pieces
10 pieces

These numbers are considered ideal for the proposed vendor to be operating with, and are not
required in order for the vendor to bid on the RFB. A site inspection of the proposed vendor’s
inventory levels will award points based on the relative status to the above ideal inventory. The
method of award details how many points can be awarded to the proposed vendor who can meet
or exceed these numbers.

17

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Equipment Schedule:
Equipment Item
1.

Kodak Ektagraphic III Slide Projector

2.

Elmo EV-400 Visual Presenter

3.

Elmo Slide to Video Transfer Unit

4.

Dukane 4000 Lumen Overhead Projector

5.

Eiki LC-X70 5000 Lumen LCD Projector

6.

Eiki LC-XB25 2500 Lumen LCD Projector

7.

Eiki LC-XB15 1700 Lumen LCD Projector

8.

Projection Screen
a. 9' x 12' Fast Fold
b. 10' x 14' Fast Fold
c. 6' x 6' Tripod
d. 8' x 8' Tripod
e. 10' x 10' Cradle
f. 12' x 12' Cradle

9.

Mackie SRM 450 Speaker

10.

JBL EON power 10 Speaker

11.

Electrovoice DX34 Digital Signal Processor

12.

Mackie 2404 24ch Mixing Console

18

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

13.

Mackie 1402 14ch Mixing Console

14.

Shure M367 6ch Mic Mixer

15.

Shure SM-58 Microphone

16.

Shure U24D UHF Wireless Microphone Kit

17.

Shure MX-412 Microphone

18.

Crown PC 160 Microphone

19.

Marantz PMD-222 Cassette Player

20.

Marantz PMD 370 CD Player

21.

Panasonic AG-456U Camcorder

22.

Panasonic DVC-80P DV Camcorder

23.

Video Tripod, Lt. Wt.

24.

Sony D-35 Video Camera Studio Configuration

25.

Video Tripod, Heavy Duty

26.

Panasonic S-VHS Player

27.

Sony Beta SP Player/Recorder

28.

Sony DSR 1500A DVCAM Player/Recorder

29.

Panasonic 27" TV/VCR Combo

30.

Sony 32" Monitor

31.

NEC LCD 2080 20" LCD Monitor

32.

Pioneer PDP 433 43" Plasma Display

19

RFB# OCA/AV-108

33.

Pioneer PDP V503 50" Plasma Display

34.

Bretford AV Cart

BID OPENING: JANUARY 25, 2006
3:00 PM

a. 54" w/Skirt
b. 42" w/Skirt
c. 26" w/Skirt
35.

Presidential Tele-prompter

36.

Folsom Screen Pro Switcher

37.

Folsom Presentation Pro Switcher

38.

Analog Way GSW611 Switcher

39.

Pioneer DVD-V7400 DVD Player

40.

Acer 254ELCI Laptop Computer

41.

Philips CDR-778 CD Audio Recorder

Labor
Technician for hours of 9:00 am to 5:00 pm Monday - Friday
Technician for hours on weekends or Monday - Friday after 5:00 pm
Technician for Holidays

20

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM

Substitute Equipment Schedule:
1.
2.
3.
4.
5.
6.
7.
8.

9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.

Slide Projector
Document Camera
Slide to Video Transfer Unit
High Intensity Overhead Projector
5000 Lumen LCD Projector
2500 Lumen LCD Projector
1700 Lumen LCD Projector
Projection Screens:
a. 9' x 12' fast fold
b. 10' x 14' fast fold
c. 6' x 6' tripod
d. 8' x 8' tripod
e. 10' x 10' cradle
f. 12' x 12' cradle
Portable Speaker
Portable Powered Speaker
Digital Audio Signal Processor
24 channel audio mixing board
14 channel audio mixing board
6 channel microphone mixer
Dynamic cardioid microphone
UHF wireless microphone kit
Condenser cardioid microphone
Wide area pick up microphone
Audiocassette player
CD player
SVHS camcorder
MiniDV camcorder
Video tripod, light weight
DVCAM camera
Video tripod, heavy duty
S-VHS player
Beta SP or M-II component player/record deck
DVCAM or DVCPro player/recorder
TV/VCR combo
32" Video monitor
20" LCD monitor
21

RFB# OCA/AV-108

32.
33.
34.

35.
36.
37.
38.
39.
40.
41.

BID OPENING: JANUARY 25, 2006
3:00 PM

42" Plasma display
50" Plasma display
A/V carts:
a. 54" w/skirt
b. 42" w/skirt
c. 26" w/skirt
Teleprompter
A/V presentation switcher
A/V presentation switcher
A/V presentation switcher
DVD player
Laptop computer
CD-R audio recorder

Bidders shall provide the make and model number of any equipment item they plan to substitute
from the above list. Bidders must include in their bid responses any technical literature or
specifications on substituted items for comparison purposes. Any and all substituted items must
meet or exceed the specifications of items listed above.
Prospective Schedule of Judicial Institute Programs*
2006 Judicial Seminars
June & July 2006
The Seminars consist of seven two day seminar sessions, with as many as six programs
offered at the same time. Beside requests for presentation set ups, all the sessions must be video
recorded during the first session held in June. Agenda TBA.
Either of the two last weeks of June, on LI at a site TBD.
Events schedule TBA
After the fourth of July, two sessions at the Judicial Institute** (JI) in White
Plains, one in either Albany or Saratoga area, one in western New York, in either
Buffalo or Rochester, and one additional session on LI, all sites TBD, sessions
conclude by July 28th.

* All programs and sessions held in New York State.
** Programs held at the JI require mainly labor support, with occasional equipment requests.

22

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM
2006 Legal Update

This program is for UCS court attorneys and legal staff in general, to satisfy mandatory
CLE credits. It consists of a two day seminar with as many as seven sessions going on at
one time. All sessions must be video recorded at the first program of the Update’s cycle.
Each cycle begins in September. The first required recording under this contract will
occur in September, ‘06, the start of the 2006-07 program cycle.

January 9-12, 2006
Two programs held at the JI, events schedule TBA
March 7 & 8, 2006
One program at the LI Marriott, Uniondale, event schedule TBA
April 4 & 5, 2006
One program, same LI location, event schedule TBA

One of the last two weeks of September 2006
First program of the cycle, held in Rochester, site TBD and event schedule TBA
Late October or early November 2006
Held in Albany or Saratoga, site TBD and event schedule TBA

23

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM
Appellate Judges Seminar

October 27 to 29, 2006
Weekend seminar for Appellate Division Justices and Court of Appeals Judges at a
site TBD, and agenda TBA. One room meeting requiring A/V support and
recording services.

Newly Elected Judges Seminar
December 11 to 15, 2006
Program held at the JI, up to four rooms at a time during the course of the week.
Agenda TBA.

Lunch & Learn Programs
First Thursday of each month starting October of ‘06 until June of “07
A one hour topic networked by a combination of streaming media and IP video
conference technology, while simultaneously recorded for the JI’s web site library
archive. While this program is usually handled in house, there have been times
when both recording and A/V support were needed. Sites rotate around the state,
specific sites TBD, and topics TBA.

Court Association Programs
Mid September to early November, 2006
Four to five two day sessions for the various court clerk, librarian, law clerk and
County Clerk and Commissioner of Jurors Associations. Sessions are usually held
at the JI, agendas TBA.

24

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM
Executive Managers Meetings

Late March, 2006
Two day meeting held in the auditorium at the JI.

Town and Village Justice Certification Programs
February 20 to 22, 2006
Association of Towns Meeting at the Sheridan Hotel on 54th St. and Broadway,
NYC. A/V set ups, primarily PowerPoints, two rooms for the magistrates, and
one room for their clerks. Events program TBA.
Early March and September, 2006
Two train-the trainers programs at sites in Syracuse TBD. A/V set ups for
meeting room, and CD-R audio recording of the session.
Last week of July, 2006
Full week program consisting of basic certification, advanced certification, and
advanced seminar studies that may require either A/V support, or recording
services. Sessions held in Northern New York State at a site TBD. Agenda for
basic course is set, advanced certification is set, advanced seminars TBA.

Administrative Judges Meetings
Date TBD
Two day meeting of statewide administratve judges, A/V support required for the
main conference room, and dining facility. Site and agenda TBA.

25

RFB# OCA/AV-108

BID OPENING: JANUARY 25, 2006
3:00 PM
Miscellaneous Programs and Seminars

These are programs and seminars planned by other divisions of the UCS. All dates, sites
and agendas are reflective of past practices, and all requests for coverage of these
programs shall conform to the thirty day notice provision required by the UCS when
identifying specific dates, sites and needs.
Matrimonial Seminars, March or April of ‘06, site and agenda TBD, a three day seminar
requiring both A/V support and recording services. The program is primarily a plenary, but
coverage of a few breakout sessions is common.
Family Violence Task Force Program, April thru June of ‘06, a one day, one room program,
that sometimes requires both A/V support and recording services. The program is offered at
various sites around the state during each spring season, sites TBD, and the agenda TBA.
NYC Family Court Training Programs, and NYC Criminal Court Training Programs,
programs held on various dates, usually at the JI, some as short as a day, some as long as a week
with breakout sessions..
Center for Court Innovation Training Programs, two to three day programs, scheduled
throughout the year for various court personnel working in new specialty courts ( Integrated
Domestic Violence Courts, Drug Courts, Community Courts, Mental Health Courts, etc.). Most
programs held at the JI, requiring both A/V support and recording services that sometimes need
vender’s supplementing.

26



Source Exif Data:
File Type                       : PDF
File Type Extension             : pdf
MIME Type                       : application/pdf
PDF Version                     : 1.6
Linearized                      : Yes
XMP Toolkit                     : 3.1-701
Create Date                     : 2005:12:21 13:32:08Z
Creator Tool                    : 
Modify Date                     : 2005:12:22 09:56:58-05:00
Metadata Date                   : 2005:12:22 09:56:58-05:00
Format                          : application/pdf
Description                     : 
Creator                         : MCEPPI
Title                           : G:BIDSOCAAV-108RFB FORM.PDF
Keywords                        : 
Producer                        : Acrobat PDFWriter 3.02 for Windows NT
Document ID                     : uuid:b492128a-18d9-4008-8f56-4d3484906685
Instance ID                     : uuid:87ed6b27-12a4-438d-8e6b-fb753fb4aad3
Has XFA                         : No
Page Count                      : 27
Subject                         : 
Author                          : MCEPPI
EXIF Metadata provided by EXIF.tools

Navigation menu