Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2005 FBO #1164
SOLICITATION NOTICE

R -- Video Projection Services

Notice Date
1/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-05-T-0018
 
Response Due
2/4/2005
 
Archive Date
2/19/2005
 
Point of Contact
Ranell Oyola, Contract Specialist, Phone 202-767-7957, Fax 202-767-7887, - Maria Peloso, Contract Specialist, Phone (202) 767-8039, Fax (202) 767-7887,
 
E-Mail Address
ranell.oyola@bolling.af.mil, maria.peloso@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-05-T-018. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 541512 (formerly SIC code 7379) at $21 million size standard. LINE ITEM 001: Video Projection Services in accordance with (IAW) the statement of work (SOW), QTY: 1/EA, UNIT PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. 1. DESCRIPTION/SOW: Video Services for USAF Band Guest Artist Series 2005. I - Vendor shall provide appropriate number of trained persons and equipment (see list below) necessary to accomplish all numbered items listed in the Statement of Work. Vendor shall provide the following equipment: 1 (3) Camera Switching System to include (3) Sony D30 Cameras w/Studio Kits, (1) 8 x 1 Production Switcher, Signal Processing, CCU’s and Monitoring; 2 Standard Camera Lens (16 x 9) including the tripod; 1 Long Camera Lens (33 x 15) including HD Tripod; 5 Sony UVW-1800 Beta Cam SP Recorder or Equivalent; 1 Sony PVW 2650 Beta Cam SP Player with DT; 1 Still Store Unit for Logo Still; 1 Fluid Head Tripod for USAF Camera; 1 Long Composite Video Cable for USAF Camera; 1 Signal Distribution Package to include all cabling, line drivers, distribution amps and other parts necessary to run this package; 1 Video Projection Package to include (2) 12 x 16 front projection screens, (2) Digital projection 8gV projectors or better, lenses and power distribution; 1 Clearcom System to include main unit (6) belt packs and (6) Headsets. II - Vendor shall provide all Beta Cam SP90 minute tapes, this shall amount to 10 tapes per show, 50 tapes total. Vendor shall work with audio truck to insure time code lock for all decks, to be used for use in post production and DVD creation. III - Vendor shall provide all personnel for setup strike and run of equipment to include a technical director/switcher, video engineer/shader, projectionist and camera operators. IV - Vendor shall provide a directors monitor station to include camera images and program feeds. V - Vendor shall provide all platforming, scaffolding or other necessary devices to place cameras within the seating. VI - Vendor shall perform the service at DAR Constitution Hall, Washington DC. All daily times shall be coordinated with <to be disclosed upon award>. All prospective vendors shall ensure they can meet the daily schedule prior to placement of bid. 2. PERFORMANCE PERIOD: Tentative Schedule: 06FEB05 Load-In 0900hrs / Rehearsal 1200 hrs/ Show 1500hrs; 13FEB05 Load-In 0900hrs / Rehearsal 1200hrs / Show 1500hrs; 20FEB05 Load-In 0900hrs / Rehearsal 1200hrs / Show 1500hrs; 26FEB05 Load-In 0900hrs / Rehearsal 1400hrs; 27FEB05 Rehearsal 1200hrs / Show 1500hrs. 3. SAFETY: The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 4. PRE-INSTALLATION REQUIREMENTS: Before services are started, the contractor shall inspect the work site and ascertain all information necessary to deliver effective performance of services. The contractor shall notify the government QA or the CO of any conditions that prevent the suitable completion of the services. 5. CLEANING: Contractor shall ensure the work area is free from debris upon completion of the project. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (l), “Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.” Clause 52.212-2, Evaluation—Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.222-41. All responses must be received no later than 12:00 P.M. EST on 3 Feb 2005 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile (202-767-7887). An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov The FAR clauses web site is http://farsite.hill.af.mil Questions concerning this solicitation should be addressed to SSgt Ranell H. Oyola, Contract Specialist, Phone (202) 767-7957, FAX (202) 767-7887, E-mail to ranell.oyola@bolling.af.mil . NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/FA7012-05-T-0018/listing.html)
 
Place of Performance
Address: DAR Constitution Hall Washington, DC
Zip Code: 20006
Country: USA
 
Record
SN00743163-F 20050202/050131212105 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.