SOLICITATION NOTICE
R -- Multiple entertainment artists for IRAQ and South-West Asia performances
- Notice Date
- 11/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 711130
— Musical Groups and Artists
- Contracting Office
- ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
- ZIP Code
- 09266-0509
- Solicitation Number
- W912PE06T0028
- Response Due
- 11/22/2005
- Archive Date
- 1/21/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. STATEMENT OF WORK (SOW) 1.0 INTRODUCTION 1.1 Organization Installation Management Agency Europe (IMA-E) Heather K. MacTavish or Jim Sohre Attn: IMEU-MWD-R Unit 29353, Box 200 APO AE 09014 1.2 Requirements Contractor shall provide a Tour Manager and Artists in support of the BASOPS requirement for the MWR Deployment sites in the IRAQ (OIF) [incl. Kuwait Support Activity] for the fiscal year 2006. Services include, but are not limited to; meeting and greeting deployed service members, signing autographs, attending command functions, posing for photos, participating in print and audio interviews, and giving one (1) 90-minute performance at each deployed site in accordance with the schedule listed below in secti on 4.7.1. 1.2.1 The tour will feature a Tour Manager and the following Artists acts or as mutually agreed upon, in writing by the Contracting Officer's Representative (COR), a substitute/equivalent: TYPE OF ACT DATES ------ ------ -- 2005 1. (0001AA) HISPANIC 28DEC - 07 JAN ------ ------ -- 2006 2. (0001AB) TOP 40 COVER 22 FEB 03 MAR 3. (0001AC) COMEDY 13-23 MAR 4. (0001AD) RAP/SOUL/R&B 02-14 APR 5.(0001AE) LATIN/HISPANIC 09-19 MAY 6. (0001AF) POLYNESIAN DANCE 24 MAY-03 JUNE 7. (0001AG) COMEDY 09-19 JUNE 8. (0001AH) COUNTRY 01- JULY-10 JULY 9. (0001AJ) CHRISTIAN CONT. 27 JUNE - 07 JULY 10. (0001AK) LATIN / HISPANIC 07-17 AUG 11. (0001AL) R&B/ SOUL/RAP 16-26 AUG 12. (0001AM) LATIN ROCK 06-16 SEPT 13. (0001AN) COUNTRY 01 OCT - 11 OCT 14. (0001AP) REGGAE/SOUL 22 SEPT - 02 OCT 15. (0001AQ) AC/DC Tribute Band 17-27 Nov * All performances will be live band type of entertainment/shows. * Subclins 0001AA through 0001AQ correspond to the total of 15 professional entertainment events. Clin 0001 is a generic clin. 1.3 Performance. The contractor shall provide Artists support to MWR Deployment Entertainment touring show program to support Operation Iraqi Freedom (OIF) Multi National Corps - Iraq MNC - I, in accordance with (IAW) Title 10 US Code, all applicable Fede ral Acquisition Regulations (FAR), the Office of the Secretary of Defense (OSD), Department of Defense (DoD), Host Nation and United States Army Europe (USAREUR) Instructions, processes, and other pertinent regulations, directives, and guidance. Certifica tion by the Government of satisfactory services provided is contingent upon the contractor's performance IAW the terms and conditions of the referenced contract, this SOW and all amendments thereto. 2.4 Special Requirements 2.4.1 The Contractor is responsible for obtaining all passports, visas, or other documents necessary to enter and/or exit any area(s) identified by the Contracting Officer for contractor personnel within the Area of Responsibility (AOR). 2.4.2 All Contractor personnel shall be subject to the customs, processing procedures, laws, agreements, and duties of the country in which they are traveling to, and the procedures, laws, and duties of the United States upon reentry. 2.4.3 Contractor warrants that it has full rights and authority to represent the Celebrities and Artists performing within, and that every part thereof is free from any conflicting unit, and that every part thereof is free from any conflicting rights of ot hers, including licenses, patents, and copyrights. 2.4.4 Contract personnel performing under this contract shall be wholesome and adhere to the standards of good taste. Emphasis is placed on the following: 2.4.4.1 An acknowledged deity will not be referred to in a manner that would offend a follower of any fait h. 2.4.4.2 Profanity, vulgarity, or connotations of sexual depravity and perversion will not be used. 2.4.4.3 Military, racial, religious, or national groups will not be defamed, and individual deformities will not be ridiculed. 2.4.5 Any criminal conduct, unexcused tardiness or absence which prevents timely starting of the performance(s) required hereunder, indecency or obscenity, drunkenness, damage to Government property, failure to discharge indebtedness to the Government, in fluence of narcotics or hallucinatory drugs, threatening breach of national security, violation of the rules and regulations of the Host Nation, Government or the United States Army is grounds for termination of this contract. 2.4.6 Legal applicability: Public Law 106-523, Military Extraterritorial Jurisdiction Act of 2000: Amended title 18, US Code, to establish Federal jurisdiction over certain criminal offenses committed outside the United States by persons employed by or a ccompanying the Armed Forces, or by members of the Armed Forces who are released or separated from active duty prior to being identified and prosecuted for the commission of such offenses, and for other purposes applies to Contractor personnel deployed OCO NUS. 2.4.7 Neither any performance by the contractor, its agents, or contract personnel; nor any military location visited, may be recorded, filmed, reproduced, or transmitted from the place of performance, unless advance written authorization has been obtaine d from the COR. The approval process for this action is a minimal of 6 months prior to departure from CONUS. Any request for videotaping or recording within the 6 month window will be rejected by the COR. 2.5 Identification. Contract personnel shall adhere to the following identification requirements: 2.5.1 Carry with them at all times proper identification, to include a current passport and all other documentation applicable to overseas travel and required to gain access to Government installations. 2.5.2 Two (2) types of photo Identification are required. One piece is the official passport of the individual and the second could be a valid state issued identification or drivers license with a photo. 2.6 Personal Service. This requirement is not being used to procure personal services prohibited by the FAR Part 37.104 titled Personal Services Contract. 3.0 ADMINISTRATIVE INFORMATION. 3.l Contract Officer Representative: To be named at time of award. 4.0 SPECIAL CONSIDERATIONS 4.1 Type of Award. The awarded contract will be Firm Fixed Price. Non-Personal Services. All or None Award. The amount of this contract is the total sum for which the Government is liable. No other remuneration in the form of transportation, food, lodgi ng, incidentals, printing and management fees is included unless specifically made a part of this contract. 4.2 Place of Employment. Work is to be performed within the SWA AOR; specific tour locations are, but not limited to: Multi National Corps - Iraq: Kuwait, Iraq for OIF and is referred to as Southwest Asia (SWA). 4.3 Travel. Travel throughout the SWA AOR shall be required. MWR Deployment will provide all ground transportation to and from temporary lodging sites to the scheduled events. 4.4 Alternate Sites of Employment. In the event of civil disturbances and/or Acts of God, alternate sites of performance may be designated in writing by the COR. NOTE: Exact dates and locations are subject to change pending logistical requirements, but w ill be coordinated by the COR and Tour Manager. 4.5 Hours of Work. Six hours (6) hours per day (not including travel time). 4.6 Period of Performance. The period of performance under this Contract will be as stated at Clin and SubClins. 4.7 Performance Sites and Tour Itinerary: Day One - Arrive Kuwait City Kuwait transport to KSA base (RON) Day Two - Recovery/show Kuwait Day Three - MILAIR from Kuwait to Iraq Day Four- Perform FOB in Iraq Day Five - Perform FOB in Iraq Day Six - Perform FOB in Iraq Day Eight - Perform at Butmir Day Seven- Perform FOB in Iraq Day Eight - Perform FOB in Iraq Day Nine- Perform FOB in Iraq Day Ten - MILAIR from Iraq to Kuwait Day Eleven - Depart Kuwait City for CONUS 4.8 If any portion of this contract is not performed as stated, the Contract may be Terminated. Furthermore, the contractor will not hold the Government liable for any costs incurred on behalf of the contractor. All costs associated with preparation, pr esentation, and/or discussion of this award will be at the contractor's expense. 4.9 Assigned Tour managers and Accepted Artists. These are key personnel positions. In order to ensure a smooth and orderly start of work, it is essential that the key personnel specified within be available on the effective date. 4.9.1 The contractor shall not remove or replace any contract personnel designated as key personnel, without first coordinating the action with the RCO Seckenheim's Contracting Officer and the COR. The contractor shall notify RCO Contracting Officer and the COR prior to utilizing other contract personnel than those specified in propo sals. If a requirement exists to utilize other than the contract personnel specified in proposals, the contractor shall immediately notify the Contracting Officer and the COR and shall receive written approval from the RCO SECKENHEIM Contracting Division prior to the candidate starting work on this effort. This notification shall be provided not later than ten (10) calendar days in advance of any proposed substitution, and shall include a resume of proposed substitute contract personnel in sufficient detai l to permit the evaluation of the impact on the contract. 4.9.2 Substitute contract personnel's qualifications shall be equal to or greater than those of the personnel being substituted. If RCO SECKENHEIM determines that the proposed substitute contract personnel is unacceptable, or that the reduction of effort would be so substantial as to impair the successful performance of the work, the contractor may be subject to termination for default. 4.9.3 If the Government determines that the performance of assigned or substitute Contractor personnel is unsatisfactory, the Government reserves the right to request and receive satisfactory contract personnel replacement within ten (10) calendar days of receipt of written notification by the Government. That notification will include the reason for requesting replacement personnel. 4.10 Contracting Officer's Representative/Government Task Monitor. Each requirement will have an assigned Government Task Monitor to validate work requirements, deliverables, and certification and approval of work performed. This entire requirement will have a COR to coordinate directly between the Contractor and the Contract ing Officer. 5.0 GOVERNMENT RESOURCES 5.1 Lodging and Meals. WHEN AVAILABLE IN KUWAIT- The Government will provide lodging in Transient Billeting and meals at the Dining Facility (some cost may be required) at the Kuwait Support Activity. In the event that On Post billeting is not available the contractor will be required to billet off post. All commercial hotels and/or meals while in transit to/from CONUS to Kuwait City, when lodging in Kuwait City or on the Return to CONUS will be the responsibility of the contractor. 5.2 Receiving Report. IMA-E will be responsible for completing and forwarding the necessary receiving report to both DFAS and RCO Seckenheim along with vendor's invoice. 5.3 Access To Government Facilities. The Government will issue documentation granting access to open messes, billeting, exchanges, dining facilities, snack bars and other installation facilities except commissaries, for the duration of the tour. 5.4 THEATHER CLEARANCES. IMA-E will prepare all theater clearances and paperwork necessary for access to deployed sites, military installa tions and military flights. The contractor must provide Completed Personnel Identification Notification (PIN) as stated in section 2.2.4. before departing CONUS. No Changes will be authorized within 30 days of travel. In the event a change is necessary the entire document must be resubmitted with corrections/changes highlighted. 5.5 ELECTRICITY. MNC-Iraq will provide power requirements as specified for all show venues. Sites will provide 110V, 50 Hz electrical power supply. 110 sources must be able to provide 4 dedicated power circuits. Each circuit must be 30 amp, single phase, and AC grounded circuits. Circuits must terminate with a standard US female connector. Minimum generator source is a minimum 30K generator operating at 110 volts at 60 Hz minimums. All power drips must be on the same phase and ground. An electrician and generator personnel must be on hand to facilitate and trouble shoot any power requirements. 5.6 MILITARY LODGING - MNC-Iraq will provide simple, cost-free military lodging, (Meals may be at a small cost), to the tour members while within the Iraqi theater. Lodging is sometimes multi-bedded in sea huts or tents, separated by gender, with a toilet and bath facility in adjacent buildings. Indoor toilets may not be available at all locations. Lodging off post in Iraq is not secure. 5.7 MILAIR FLIGHTS - MNC-Iraq (OIF) will provide MILAIR flights and transportation to, from, and within the Iraqi theater and a military escort. 5.8 ITINERARIES - MNC-Iraq (OIF) will provide a detailed itinerary to the contractor with POCs, venues, lodging and meal arrangements, performance times, and any other instructions NLT 2 weeks prior to the group's departure from CONUS. 5.9 MILITARY ISSUED EQUIPMENT. Military issued equipment to include: Body Armor, SAPI (insert plates) Helmet, Chin Strap, Band Helmet, Duffel Bag and Modular Sleeping Bags (total issue value is approximately $1,275.00) are issued to persons traveling in theater. The tour manager is responsible for signing a hand receipt for all issued equipment. Upon departing the theater all military issued equipment must be returned to the Central Issuing Facility (CIF) in coordination with the MWR Point of Contact. F ailure to return all equipment will result in a claim being made against the contractor for the full replacement value of the equipment. 6.0 CONTRACTOR RESOURCES 6.1 Insurance. Contractor shall provide and maintain during the entire performance period at least the minimum amounts of insurance for public liability insurance, property damage insurance, motor vehicle liability insurance (if applicable), and bodily in jury insurance as required and as described in the clauses. 6.2 Transportation. The contractor will arrange for all necessary commercial transportation between originating U.S. Cities and Kuwait City International Airport (KWI). This will include arrangements for all necessary excess baggage cost. Contractor will pay for commercial hotels, meals and ground transportation in Kuwait. 6.3 Per Diem, Incidentals, and Lodging. Contractor shall be responsible for all fees, per diem, incidentals, and lodging costs, except as provided within the Iraq AOR. 6.4 Excess Baggage/Traveler's Insurance. Contractor shall be responsible all shipping of collateral, and extra baggage charges if applicable and traveler's insurance, if required. 6.5 Uniforms. Contractor shall provide the appropriate attire/uniforms and safety equipment for all personnel while participating in the Government sponsored events and performances. 6.6 AUTOGRAPHED CARDS. Contractor shall provide commemorative color autograph cards featuring photos of each individual and their biographical information, including the MWR USAREUR G1 Deployment logos. The contractor shall provide a total of 2,000 auto graphed cards per tour. 6.7 Health and Life Insurance. The Contractor shall ensure that Worker's Compensation Insurance under the Defense Base Act i s provided to its personnel in the Theater of operations. Proof of insurance is required at the time of contract award. 6.9 Medical Expenses. Contractor agrees to pay all medical expenses arising from pre-existing conditions, sudden illness or accidents occurring during the contract period. 6.10 SOUND & BACKLINE EQUIPMENT Contractor shalll provide all necessary sound and backline equipment for every professional entertainment group. Sound equipment shall be 110V. Generators shall be provided by the hosting sites. Contractor shall provide individual promotional materials for all 15 groups.
- Place of Performance
- Address: South West Asia Attn: AEUCC-S, Unit 29331, APO AE
- Zip Code: 09266-0509
- Country: EU
- Zip Code: 09266-0509
- Record
- SN00928769-W 20051110/051108212705 (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 |