Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

T -- USAF Band Image Magnification

Notice Date
11/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA7012-09-T-0004
 
Archive Date
12/9/2008
 
Point of Contact
Dallas T Moore, Phone: 202-404-7962
 
E-Mail Address
dallas.moore@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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No, FA7012-09-T-0004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27. This is set aside for 100% small business. The North American Industry Classification System code is 512110, with a size standard of $29.5 million. CONTRACT LINE ITEMS: 0001: Non-Personal Services: Image Magnification. The contractor shall provide video/IMAG services for the United States Air Force Band's Holiday Shows at DAR Constitution Hall in Washington DC in accordance with the included statement of work. The applicable dates are 1 Dec 2008 through 7 Dec 2008. QTY: 1 LOT, UNIT PRICE: ________, EXTENDED AMOUNT: _________. 1.0 Description of Services 1.1 The vendor shall provide all camera footage and playback imagery for a live performance by the USAF Band at DAR Constitution Hall, Washington DC. 1.2 Contractor shall provide appropriate number of trained persons to set-up, operate and tear down their equipment. 1.3 Five (5) Camera Switching System to include the following a. Three (3) Sony D30 Cameras w/Studio Kits b. One (1) Standard Camera Lens (16 x 9) including the tripod c. Two (2) long camera lens (33 x 15) including HD tripod 1.4 Switching System to include: a. One (1) A Hanobi - SDI 8 x 1 High Resolution Production Switcher b. One (1) 8 x 8 SDI router c. One Test Signal Generator d. One Dual Channel Frame Synchronizer TBC e. Two Sony PVM-8041 Component Monitors f. Two Sony Quad 4 inch Video Monitor g. One 13 inch Component Color Video Monitor h. One Clearcom 2 Channel Base Station i. One Scan Convertor for XGA j. One Component to SDI Convertor k. One Large Video Cable Kit l. One Line Driver m. One Character Generator to display lyrics of songs on the projected image- Holiday Shows Only n. CCU's and Monitoring o. Three (3) DVCAM Recorder/Player Sony DSR-1800 p. One (1) Still Store Unit for Logo Still q. Fly Pack 1.5 Projection System to consist of the following: a. Two (3) Chip DLP / DMD Based Projectors (NO LCD Projectors accepted b. 12,000 ANSI Lumen Brightness c. 1920 x 1080 Native Resolution required d. SDI input without conversion e. Appropriate lens f. Spare lamp g. Model of projector shall of the brand and models listed or equal: Christie Roadstar HD12k lumen or better, Barco 1920 x 1080 Native Unit or Digital Projection HD35. If the vendor is proposing an "or equal" substitution, the vendor must provide all applicable technical specification for review by the USAF Band to determine if the equipment meets the specifications. h. Two 12 foot x 21 foot wide Front Projection Screens with truss frame i. One Video Distribution Amplifier, Humbucker as needed, Projection Power Buck Boosters. j. All Cable runs to Front of House as needed 1.6 One (1) Fluid Head Tripod for USAF Camera 1.7 One (1) Long Composite Video Cable for USAF Camera 1.8 One (1) Signal Distribution Package to include all cabling, line drivers, distribution amps and other parts necessary to run this package 1.9 One (1) Clearcom System to include main unit (10) belt packs and (10) Headsets Camera jib and operator 1.10 Vendor shall provide all tape stock. 1.11 Vendor shall provide all personnel for setup strike and run of equipment 1.12 Vendor shall provide a technical director/switcher, 1.13 Vendor shall provide a video engineer/shader, 1.14 Vendor shall provide a projectionist 1.15 Vendor shall provide camera operators 1.16 Vendor shall provide a CG Operator 1.17 Vendor shall provide all platforms, scaffolding or other necessary devices. 1.18 Vendor shall provide FOH Directors Monitoring station 1.18. 1 Monitoring shall have a quad split, that consists of Camera 1,2,3 and preview 1.18. 2 Monitor shall be a 19" - 24" Flat Screen Thin Profile Display 2.0 Government Furnished Supplies/Services None 3.0 General Information 3.1 Vendor shall perform the service at the Constitution Hall, Washington DC. All daily times shall be coordinated with MSgt Jeb Eaton (202) 767-4095. All prospective vendors will ensure they can meet the daily schedule prior to placement of bid. 3.2 No Equipment substitution shall be allowed without written authorization from the USAF Producer. All Bids must be itemized and include a detailed list of equipment. 3.3 Tentative Schedule: Monday 1 DEC 08 0800 Screen Delivery Thursday 4 DEC 08 0800 Load-In 1300 Lunch 1400 Rehearsal 1600 End of Day Friday 5 DEC 08 0800 All vendors report 1030 Show 1200 End of day Saturday 6 DEC 08 1300 All vendors report 1500 Show 1700 Dinner 1800 All vendors report 1930 Show 2130 End of Day Sunday 7 DEC 08 1300 All vendors report 1500 Show 1700 Load Out 2200 End of day INSPECTION AND ACCEPTANCE TERMS: SERVICES SHALL TAKE PLACE NO LATER THAN FROM 1 DEC 08 THROUGH 7 DEC 08. Services will be performed at DAR Constitution Hall, Washington, DC. Services will be inspected by Quality Assurance Personnel at the job site. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: 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 in accordance with the requirement. 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 required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 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, 52.214-31(f)(1) 202-767-7887 (2) Sharp Model FO-DC600, 52.214-34, 52.214-35, 52.223-6, 52.223-11, 52.225-13, 52.237-1, 52.237-2, 52.247-34, 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, 252.223-7006, 252.232-7006, 52.253-1, 252.204-7006, 252.212-7001 (DEV): 252.232-7010 and 252.247-7023, ALT III, 52.243-7001, 252.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Springs, MD 20762, phone #301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-43, 52.223-5, 52.232-33, 52.233-3, 52.233-4 and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Photographer IV, Monetary Wage-Fringe Benefits: GS-09, $23.05; Employee Class: Computer Operator IV, Monetary Wage-Fringe Benefits: GS-07, $18.85. The incorporated Wage Determination 2005-2103 (Rev.-6), dated May 29, 2008, revision 6 is applicable. The web site is http://www.wdol.gov. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 24 November 2008. Quotes can be faxed to (202) 767-7887 or e-mailed to dallas.moore@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Dallas Moore, Contract Specialist, Phone (202) 404-7962, FAX (202) 767-7887 or e-mailed to dallas.moore@afncr.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e32395ed84a41d2f60f20036bcf83b5&tab=core&_cview=1)
 
Place of Performance
Address: DAR Constitution Hall, 1776 D St NW, Washington, District of Columbia, 20006, United States
Zip Code: 20006
 
Record
SN01707949-W 20081122/081120215850-5e32395ed84a41d2f60f20036bcf83b5 (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.