• No results found

Brightsign Digital Signage

N/A
N/A
Protected

Academic year: 2021

Share "Brightsign Digital Signage"

Copied!
7
0
0

Loading.... (view fulltext now)

Full text

(1)

Brightsign Digital

Signage

(2)

REQUEST FOR PROPOSALS

BRIGHTSIGN DIGITAL SIGNAGE

1. EQUIPMENT

TANGIPAHOA PARISH SCHOOL DISTRICT plans to implement a digital signage infrastructure

throughout the district. This process will ultimately include between 100-140 digital signage stations, but TPSS reserves the right to purchase only as many as needed regardless of any quantity discounts given. A list of the sites and addresses can be found on page 5.

All equipment and materials shall be new. All purchased equipment must meet to the highest current applicable industry standards. Defective or damaged equipment and materials shall be replaced or repaired, prior to Service Cutover, in a manner, which meets the approval of the District and at no additional cost to the District.

During the Warranty Period (after Service Acceptance) and during any subsequent Bidder provided warranty period, Bidder may provide replacement of defective equipment/components with new equipment/components. Such replacement equipment/components shall be of equal or greater performance characteristics, engineering/design levels, and appearance than replaced

equipment/components. Integrity of existing warranty must be maintained.

The TANGIPAHOA PARISH SCHOOL DISTRICT will expect the vendors Lead Person for this project to be responsible for the following:

a. Capable of making decision or access to his/her proper Company personal to obtain answer within the hour to any question the District may raise that might not be covered in this package. b. Will develop timeline charts with TECHNOLOGY DIRECTOR on project schedule, materials shipments and any other events that may impact the agreed upon contract completion date. c. Co-ordinate any site preparation issues.

d. Set day and time with TECHNOLOGY DIRECTOR to meet as needed on all phases of project. (Very important if timeline is behind schedule to have exact explanation of cause, effect and solution to bring project back on schedule.)

e. Contact the TECHNOLOGY DIRECTOR for approval of any deviation in work schedule agreed upon. Weekends and Holidays will not be scheduled for work without prior approval.

(3)

f. Contact the TECHNOLOGY DIRECTOR immediately if a manufacture discontinues any

equipment or announces an “end of life date” that impacts the agreed upon make and model.

1. Equipment Needed:

Equipment Description Approximate

Quantity

Brand/Model or Equivalent

Player Digital signage

hardware

80 Brightsign XD1230

Wireless card Wireless for players 80 Brightsign WA100 module

TV 40” LED TV 80 Samsung Smart TV

TV 50” LED TV 80 Samsung Smart TV

TV 55” LED TV 80 Samsung Smart TV

TV 60” LED TV 80 Samsung Smart TV

TV Mount Wall mount with

ability to tilt

80 Atom

HDMI cable Short HDMI cable for unit connection

80 Varies

Vendors shall offer separate pricing for equipment and installation. The district seeks a turn-key solution for installation of TVs and Brightsign equipment. The district has the option of selecting multiple vendors. Installation pricing will be a per unit price (Mounting of 1 TV with 1 Brightsign unit), which includes ALL mounting hardware necessary. Vendor shall mount Brightsign unit behind TV in such a way the Brightsign unit is accessible to TPSS staff for purposes of maintenance and configuration. All installation site will be cleaned and all trash will be removed from site. Contact Mike Diaz at the email address above for more detailed specifications, if needed.

Walk Through, Punch List, Documentation and Testing

A. Before completion of the job it is the responsibility of the Contractor to request a walk through inspection by a TPSS designee. A Punch list will be created and agreed upon.

B. Upon completion of punch list items it is the responsibility of the Contractor to request a Final Inspection.

(4)

C. The NOCP designee will approve final walk through before final payment will be made.

SCORING:

TANGIPAHOA PARISH SCHOOL DISTRICT will utilize, but is not be limited to, the following criteria in reviewing and scoring the bids:

1. Price

2. Overall responsiveness to the RFP

3. Vendor’s experience and ability to perform 4. References

Contract(s) will be awarded to the most cost effective provider. Price will be the primary factor, but not the sole factor, in evaluating the bids. Other factors of consideration may include prior overall

responsiveness to the RFP, Experience and Reference.

The bid will be awarded as a collective grand total and not item by item. No consideration will be given to any claims based on a lack of knowledge of existing conditions.

TERMS:

Contract term of three (3) years with an option of CONTRACT renewal for two (2) years

In the event the winning vendor has a Louisiana State Master contract in place at the time of renewal or advertises lesser rates, TANGIPAHOA PARISH SCHOOL DISTRICT reserves the right to select the lower pricing.

TANGIPAHOA PARISH SCHOOL DISTRICT reserves the right to cancel the contract with the vendor for non-performance at any time during the contract period. Non-performance includes but is not limited to failure to supply good quality service, failure to provide services for the full term of the contract, installation performance, and/or poor billing and customer service services.

(5)

Proposals: Number of Copies

Proposer shall submit one (1) signed original response, two (2) additional hardcopies and one (1) electronic copy.

Original Response - Must contain original signatures and should be clearly marked or differentiated from the other copies of the proposal. This copy will be retained for incorporation by references in any contract resulting from this RFP.

Additional Hardcopies – Must contain the same information as the original response.

Electronic Copy – Must contain the same information as the original response and must be presented in PDF format on a compact disk. Failure to provide a readable electronic copy of the response may result in proposal disqualification.

Proposals are due by November 6th, 2014 at 11:00 AM via US Postal mail or hand delivered to:

TANGIPAHOA PARISH SCHOOL DISTRICT

US Postal mail or sealed hand delivered to:

TANGIPAHOA PARISH SCHOOL DISTRICT Attention: Peter Tesvich, Purchasing Agent

TANGIPAHOA PARISH SCHOOL DISTRICT

(985) 748-2426

If further information is needed, please email:

Peter.Tesvich@tangischools.org

(6)

List of Sites:

Name Address

1. AMITE ELEMENTARY SCHOOL 301 Vernon Avenue Amite, LA 70422

2. CHESBROUGH ELEMENTARY SCHOOL 68495 Hwy. 1054 Kentwood, LA 70444

3. HAMMOND EASTSIDE PRIMARY SCH 45050 River Road Hammond, LA 70401

4. HAMMOND JUNIOR HIGH SCHOOL 111 J.W. Davis Drive Hammond, LA 70401

5. HAMMOND WESTSIDE PRIMARY SCH 2500 Westpark Avenue Hammond, LA 70403

6. INDEPENDENCE ELEMENTARY SCHOOL 221 Tiger Avenue Independence, LA 70443

7. INDEPENDENCE HIGH SCHOOL 270 Tiger Avenue Independence, LA 70443

8. INDEPENDENCE MIDDLE SCHOOL 300 West Second Street Independence, LA 70443

9. KENTWOOD HIGH SCHOOL 603 9th Street, Kentwood, LA 70444

10. MIDWAY ELEMENTARY SCHOOL 48405 Highway 51 North Tickfaw, LA 70466 11. NATALBANY ELEMENTARY SCHOOL 4847370 Morrison Blvd., Natalbany, LA 70451 12. NESOM MIDDLE SCHOOL 14417 Hwy 442, Tickfaw, LA 70466

13. OM DILLON ELEMENTARY 1459 I-55 Service Road Kentwood, LA 70444

14. PERRIN EARLY LEARNING CENTER 350 W. Ash St., Ponchatoula, LA 70454 15. ROSELAND ELEMENTARY SCHOOL 12516 Time Avenue, Roseland, LA 70456 16. SPRING CREEK ELEMENTARY SCHOOL 72961 Hwy. 1061, Kentwood, LA

17. SUMNER HIGH SCHOOL 15841 Hwy. 440 Kentwood, LA 70444

18. SUMNER MIDDLE SCHOOL 15649 Hwy. 440 Kentwood, LA 70444

19. TUCKER ELEMENTARY SCHOOL 310 South Third Street, Ponchatoula, LA 70454 20. WESTSIDE MIDDLE SCHOOL 401 West Oak Street, Amite, LA 70422

21. WOODLAND PARK EARLY LRNG CTR 1000 Range Road, Hammond, LA 70403 22. AMITE HIGH SCHOOL 59656 Puleston Road | Amite, LA 70422

Other Entities

23. CHAMP COOPER ELEMENTARY SCHOOL 42530 Hwy. 445 Ponchatoula, LA 70454

24. D C REEVES ELEMENTARY SCHOOL 18026 Sisters Road, Ponchatoula, LA 70454 25. FLORDIA PARISHES JUV DET CTR 28528 Hwy 190, Covington, LA 70433

26. HAMMOND HIGH SCHOOL 45168 River Road, Hammond, LA 70401 27. LORANGER ELEMENTARY SCHOOL 54101 Martin, Loranger, LA 70446 28. LORANGER HIGH SCHOOL 404 Hiatt Street, Loranger, LA 70446 29. LORANGER MIDDLE SCHOOL 54123 Allman Street, Loranger, LA 70446 30. PONCHATOULA HIGH SCHOOL 19452 Hwy 22 East, Ponchatoula, LA 70454 31. PONCHATOULA JUNIOR HIGH SCHOOL 315 East Oak Street, Ponchatoula, LA 70454 32. SOUTHEASTERN LABORATORY SCHOOL 1200 N. General Pershing, Hammond, LA 70402 33. VINYARD ELEMENTARY SCHOOL 40105 Dunson Road, Ponchatoula, LA 70454 34. SPECIAL SERVICES CENTER 1745 SW Railroad Avenue, Hammond

35. M. FAGAN SERVICE CENTER 47439 North Oak Street Hammond, La. 70401

36. ADMINSITRATION BUILDING 59656 Puleston Road Amite, La. 70422

37. HAMMOND PARENT CENTER 1903 West Church Street Hammond, LA 70401 5

(7)

38. TANGIPAHOA ALTERNATIVE SOLTIONS 411 Crystal Street Hammond, La. 70401 39. TANGIPAHOA PARISH PM HIGH SCHOOL 411 Crystal Street Hammond, La. 70401 40. TANGIPAHOA TAX OFFICE 106 North Myrtle Street Amite, La. 70422

References

Related documents

(ffective diameter measurement is carried out $# follo"ing methods.. !he "ire is placed $et"een t"o threads at one side and on the other side the anvil of the

In some cards this revolving credit concept exists, which means that virtually the entire charm of the short-term credit is lost to customers since no grace period

Examining the communication experiences and perspectives of online students can help instructors design effective communication practices using asynchronous communication tools..

SCCL reserves the right to terminate the work, with the service provided by the successful tenderer is found to be unsatisfactory at any stage during the contract period or fails

Management reserves the right to cancel this contract and to withhold possession of the space or to expel the Exhibitor therefrom if the Exhibitor fails to comply with any terms

• Technical Training: Advanced car line specific training to help technicians successfully diagnose and repair late model import vehicles • Business Development: Seminars

• During the life of the contract, Bassett Unified School District reserves the right to reduce or increase the number of lines per contract price schedule and to purchase

Three French Gothic Capitals: a, from Sainte ChajJcUe, Paris; b, from Notre Dame, Paris; c, from North Spire of Chartres Cathedral A., from iiis History of ArchUecure Decorative