Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

R -- RECORDING STUDIO SERVICES

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512240 — Sound Recording Studios
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue, Suite 270, Bolling AFB, District of Columbia, 20032
 
ZIP Code
20032
 
Solicitation Number
FA7012-08-T-0021
 
Point of Contact
Richard A Jacobs,, Phone: 202-767-7978, Vivienne L Clarke,, Phone: 202-767-8039
 
E-Mail Address
richard.jacobs@bolling.af.mil, vivienne.clarke@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 a Request for Proposal (RFP) No, FA7012-08-T-0021. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-24. This is set aside for 100% small business. The North American Industry Classification System code (NAICS) is 512240, with a size standard of $6.5 million. CONTRACT LINE ITEM: 0001: NON-PERSONAL SERVICES for A RECORDING STUDIO Per SOW - BASE YEAR. ESTIMATED QTY: 15 DAYS, UNIT Price Per Day: ___________, Extended Price: ___________. CONTRACT LINE ITEM: 0002: NON-PERSONAL SERVICES for A RECORDING STUDIO Per SOW - OPTION YEAR I. ESTIMATED QTY: 30 DAYS, UNIT Price Per Day: ____________, Extended Price: ___________. CONTRACT LINE ITEM: 0003: NON-PERSONAL SERVICES for A RECORDING STUDIO Per SOW - OPTION YEAR II. ESTIMATED QTY: 30 DAYS, UNIT Price Per Day: ____________, Extended Price: ___________. PERFORMANCE WORK STATEMENT FOR RECORDING STUDIO 1.0 Description of Services: The vendor shall provide a studio, all parts, tools, labor, materials, equipment, and personnel necessary to record, mix, edit, and master recording sessions for the USAF Band. Examples of ensembles to be used include but are not limited to a 20 piece big band (jazz), 7-10 piece rock and or country ensemble. Recording location shall be within 40 miles of the Washington D.C. area. 1.1 A list of acceptable equipment to be used by the vendor is attached in Appendix A. Any gear substitutions must be approved by the USAF Band prior to award. 2.0 Government Furnished Equipment/Services 2.1 The USAF Band will provide an individual to perform the role as producer for each session day. 3.0 General Information 3.1 Meals and Incidental Expenses: The service provider shall be responsible all his own meals and incidental expenses. 3.2 Rights and Royalties: All rights and royalties resulting from the production of these recordings will become the property of the United States Air Force and the United States Air Force Band. The contractor shall not have any rights to potential royalties, now or in the future, as a result of their performance under the terms and conditions of this contract. 3.3 All recording, editing and mastering shall be accomplished in accordance with the best commercial practices. The recording engineer shall have the following qualifications: 3.4 Have no less than ten years of experience in the recording industry. 3.5 Have produced no less than ten Big Band, country or rock and roll albums/cd projects. 3.6 Engineer must have appropriate degrees from an accredited institution (M.A., M.F.A., M.M with specialty area in recording) or no less than 10 years experience, resume and references to prove an in depth knowledge of the recording process to include, recording, editing, mixing and all equipment to be used. 3.7 Only qualified personnel specially trained for recording, editing, mixing, and mastering a big band jazz recording shall perform services as required. Engineers must meet the above minimum qualifications to be considered. 3.8 Each vendor shall at least 2 samples of their Big Band recordings, either in CD, and a résumé reflecting the above qualifications of studio recording experience. These materials will be evaluated on the engineer's ability to accurately reproduce the sound of the Band in the areas of balance, color, sound stage, and timbre. 3.9 Period of Performance 3.9.1 The vendor shall provide an estimated 15 days from 01 Jun 2008 through 31 Dec 2008. Future dates will be firmed up prior to the exercise of an option period. 3.9.2 Proposed Dates: 03 Jun 08 01-02 Jul 08 21-25 Jul 08 7 Days to be determined later. 30 Days to be determined from 1 January 2009 - 31 December 2009 30 Days to be determined from 1 January 2010 - 31 December 2010 3.9.3 The studio must be available from 0900-1630 hours daily and recording times during that period must be flexible to meet the needs of the band. Days are equal to approximately 6-8 hours including breaks for rest and lunch. APPENDIX A 1.0 Microphones: All microphones must be recognized as industry standards for recording. No live sound alternatives will be allowed. Examples of acceptable brands: Neumann Sennheiser AKG Beyer Scheopps Earthworks 2.0 Outboard equipment Microphone preamps Vendor will provide no less than 20 channels of high quality microphone preamplifiers. Minimum Specifications: Frequency Response: 10hz -20khz +/- 1dB THD: <0.05% @ 1Khz Examples of acceptable brands: Millennia Earthworks Langevin TLAudio Grace Lexicon 3.0 Digital converters (if digital recorders are used) Vendor will provide high quality digital conversion to and from analog signal. Examples of acceptable brands: Apogee Prisim RME-Hammerfall Lexicon All digital converters will have a minimum dynamic range of no less that 112dB. 4.0 Word Clock will be provided by a "House" clock source to be provided by the vendor. Aardvark Aardsync II Rosendahl Nanosyncs 5.0 Primary recording system The primary system will handle no less than 32 tracks simultaneously. The primary system must be able to record no less than 44,100 samples a second with no less than a 24 bit word. Examples of acceptable equipment: Pro Tools SAW Pro Sadie Dash Machine A high quality analog recorder 6.0 Secondary recording system The back-up system will be a system that is able to record the same quality (bit rate and bit depth if applicable) as the primary recording media. Examples of acceptable equipment: Any item listed in the primary recording system list Tascam DTRS (24 bit versions) High quality hard disk recorder Mixing console Minimum specifications for analog consoles: Frequency response: 6hz to 154khz +/- 3dB Noise: -95dbu Output distortion: THD 22hz-22khz.0067% (unweighted) Minimum specifications for digital mixers and workstations: 24 bit input 24 bit output 56 bit internal precision 7.0 Editing capabilities The editing system must be a hard disk multi-track editor The editing system must be able to handle no less than 44,100 samples a second with no less than a 24 bit word Examples of acceptable equipment: Pro Tools SAW Pro Sadie Any recognized industry standard for editing 8.0 Miscellaneous Vendor will provide all microphone stands and clips. Vendor will provide all interconnections between equipment. No unbalanced cabling will be allowed in any of the signal path from the microphone to the recorder, mixer or speakers. Vendor will also provide a professional grade drum set (DW Drum Workshop, Yamaha professional Series or equivalent), piano, B3 Hammond Organ and amplifiers. No Synthesized options allowed. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractors performance under this contract. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions Commercial Items (FEB 2002), for contractors failure to perform satisfactory services or failure to correct nonconforming services. INSPECTION AND ACCEPTANCE TERMS : Supplies will be inspected and accepted at destination/government. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items are hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1: 52.252-5: (b) DFARS (Chapter 2). In accordance with 52.212-1 (h) multiple awards will be considered if determined to be most advantageous to the Government. EVALUATION PROCEDURES : The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. The Government will select the best overall offer based on technical capability (SOW 3.4 through 3.7), past performance (SOW 3.8) and price. Technical capability and past performance, when combined, are more important than price. Proposals shall be rated as follows: "Exceptional", exceeds specified minimum performance or capability necessary for acceptable contract performance, "Acceptable", meets specified minimum performance or capability necessary for acceptable contract performance, "Marginal", does not clearly meet some specified minimum performance requirements necessary for acceptable contract performance or "Unacceptable", fails to meet specified minimum performance or capability requirements. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). 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: 52.204-9, 52.209-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.232-1, 52.252-2: http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001, 252.223-7006, 252.232-7003, 252.232-7010, 252.243-7001, 5352.223-9001, 5352.242-9000, 5352.201-9101 and 5352.223-9001. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-3, 52.232-33, 52.233-3, and 52.233-4. All responses (proposals or offers) must be received by mail, email, or facsimile no later than 2:00 P.M. EST on 21 May 2008 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032. An official authorized person 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. Questions concerning this solicitation should be addressed to Capt Richard Jacobs, Contracting Officer, (202) 767-7978, FAX (202) 767-7887, email richard.jacobs@bolling.af.mil, or Ms Vivienne Clarke, Contract Specialist, Phone (202) 767-8039, or email vivienne.clarke@bolling.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d3a48d36acd54f8a1f883bdfa8fa6b35&tab=core&_cview=1)
 
Place of Performance
Address: At the contractor's recording studio; shall be within 40 miles of the Washington DC area., Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01572267-W 20080515/080513221203-d3a48d36acd54f8a1f883bdfa8fa6b35 (fbodaily.com)
 
Source
FedBizOpps 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.