|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort
Bragg, NC 28310 D -- PROVIDE AND OPERATE AUDIO VISUAL AND OTHER RELATED EQUIPMENT SOL
USZA92-00-Q-0005 DUE 022800 POC Jane H. Sutherlin, Contracting
Officer, 910/432-2146 The US Army Special Operations Command has a
requirement to purchase audio visual support (equipment and operational
support) This is a combined synopsis/solicitation for commercial items
prepared n accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; no written
solicitation will be issued. Bids are being requested and a written
solicitation will not be issued. This procurement is 100% Small
Business Set Aside. The Standard Industrial Classification is 8999 with
a size standard of $5.0 million. Award will be made on the basis of the
low responsive, responsible quotation bidder providing documentation to
support types and quantities of equipment and services required.
SPECIFICATIONS: The contractor shall provide a turn-key audio-visual
operations in support of the Special Forces Conference to be held at
the Bordeaux Convention Center, Owen Drive, Fayetteville, NC during the
period 11-17 March 2000 in accordance with the following Statement of
Work: C.1.0. SCOPE. This request for proposals (RFP) is to provide AV
support for the SF Conference and the SF Hall of Fame Inception
Ceremony. The contractor must provide the specific services, AV
equipment to support during the duration of both events. C.1.1.
INTRODUCTION. Holiday Inn Bordeaux Hotel, Fayetteville, NC. will host
the SF Conference and the SF Hall of Fame Inception Ceremony. The SF
Conference will exhibit over 60 vendors and expositions designed to
peak interest levels of all Special Forces soldiers. The conference
will be organized by the U. S. Army John F. Kennedy Special Warfare
Center and School (USAJFKSWCS), U. S. Army Special Forces Command
(USASFC), USASOC Surgeon's office, the National Defense Industrial
C.2.0. GENERAL C.2.1. The major function is to provide Audio-Visual
(AV) support and personnel to operate equipment, coordinate and resolve
any problems for the duration of the SF Conference and for during the
SF Hall of Fame Inception Ceremony. Audio Visual equipment, sound
system and a PA system must be of a professional quality that will
support MC, dignitaries and an 11 member musical group for the period
of 11 March 2000 through 17 March 2000. C.2.2. The vendor must begin to
set up AV equipment on March 11, at 1500 hrs, and completed by March
12, at 2359 hrs. Rehearsals will take place on March 13, 2000 at 1700
hrs. At this time, the vendor will be able to test their AV equipment
to ensure that there are no malfunctions. Removal of equipment at the
completion of the SF Conference and the SF Hall of Fame Inception
Ceremony should take place on 16 March 2000. Dates and times slots are
subject to change. Vendor must be able to comply accordingly. C.2.3.
On Thursday, at 1200 -- 1400 hours the vendor will remove equipment
used for The SF Conference and set up equipment for the SF Hall of Fame
Inception Ceremony. The vendor can use the Chanel room to store
equipment and prepare setup for the evening event. The time for evening
rehearsals will be determined later. C.2.4. Vendor must provide backup
equipment in case of malfunction. They also must provide all signals
processing equipment, cables, connectors, stands and accessories to
provide a fully functional sound reinforcement system. The vendor must
be able to output high quality sound reinforcement to an audience of
approximately 750 people in an 80'x 400' Convention Hall. C.2.5. Dress
attire for the SF Conference business uniforms are required for all
workers. Uniforms should represent their company by wearing company
shirts annotating their logo. The SF Hall of Fame Inception Ceremony is
a formal event; therefore, the AV coordinator should dress for a black
tie event (tuxedo), and everyone else should wear dress pants and
white dress shirts with bow ties. C.3.0 SUPPORT C.3.1. The vendor must
provide sufficient personnel to ensure a smooth transition for the
duration of the SF Conference and the SF Hall of Fame Inception
Ceremony. The two events will take placed on March 14 (0730 -- 1700),
March 15 (0930- 1700) and March 16 (0730 -- 0200 on March 17. 1. One AV
coordinator is required during planning meetings, during all equipment
setup, during high profile presentations, during dinner and awards
ceremony, during the SF Hall of Fame Inception Ceremony, and other
times as required. Also responsible for coordinating with the military
details, hotel staff, and vendor staff to ensure that all conference
presenters, and military personnel are provided the appropriate
audiovisual support for their presentation during the SF Conference.
The AV coordinator will coordinate with presenter representatives to
arrange for practice session, when possible, with audiovisual
equipment. During the dinner, awards ceremony, and the SF Hall of Fame
Inception Ceremony the AV coordinator will ensure that participants
are equipped with microphones and instructed on how to use the
equipment. Must ensure the military detail personnel, and vendor staff
provide appropriate AV support, (sound system operation, live video
camera operation, spot light operation, computer and video visual
presentations), in accordance with the script. The AV coordinator will
direct the support personnel in support of the unexpected deviations
from the script, to ensure the effective use of the AV resources to
provide quality sound. 2. Sufficient personnel to operate AV equipment
for the duration of the dinner, the awards ceremonies, and the SF Hall
of Fame Inception Ceremony. The Government will provide a reliable
person to operate spotlights and front of house lights. However, vendor
must ensure that they have a contingency plan to assist Government
personnel with malfunctions or with operating the equipment. The vendor
will ensure that sufficient personnel are available for the duration of
the SF Conference and the SF Hall of Fame Inception Ceremony. They must
support each event by providing camera operation, operate computer,
operate VCRs, operate screen output switching and operate the sound
system mixer. 3. The vendor must provide sufficient labor to set up all
government, hotel, as well as their equipment, and ensure that the
equipment is fully operational in the Versailles, Orleans, Riviera,
Palais, Dijon, Le Mans, Chanel and Chateau rooms for the duration of
the SF Conference. The vendor must ensure that Audio Visual equipment
is fully operational in the Versailles, Orleans, Riviera, Palais,
Dijon, Le Mans, Chanel and Chateau room for the duration of the SF Hall
of Fame Inception Ceremony. 4. On site technician for the duration of
the SF Conference and the SF Hall of Fame Inception Ceremony is
required to alleviate down time due to equipment malfunctions.
Technicians will be onsite not less than hour before the beginning of
any events, with the equipment operating 15 minutes before the
beginning of any events. C.4.0. AUDIO VISUAL SUPPORT C.4.1.
Audio-visual support is required in the following rooms. Room
dimensions and floor plans will be provided upon request. C.4.2.
Versailles Parlor / Orleans Parlor /Riviera Parlor / Palais Room. The
presentation will originate fromone input source -- either computer or
VCR -- and displayed to eight screens simultaneously. C.4.3. The
Convention Hall has four sliding walls that divide the Versaillers, the
Orleans, the Riviera, and the Palais into separate rooms. The vendor
must provide adequate AV equipment that will support designating
presentation and briefings in each room, as well as in an open
environment where all rooms will become one room. It is imperative that
visual and audio is operational so that all participants can see and
hear all of the presentations. C.4.4. During the symposium, the speaker
will require amplification, either through a podium with a microphone
or lapel microphone (both choices must be available). The presentation
(by computer or videotape) will transpire simultaneously to the eight
screens located in the convention hall. The vendor must ensure that
audio is evenly distributed throughout the room. C.4.5. During the SF
Hall of Fame Inception Ceremony, a Government furnished video will run
continuously while the XVIII Airborne Corps Band is playing. There is
no audio during this video presentation. The vendor will videotape the
guest speaker using live feed. When taping the guest speaker, the
vendor must ensure that movement throughout the room will not disrupt
taping, audio, and visual of the presentation. Afterwards, the
Government furnished video will resume for the rest of the ceremony.
The vendor must videotape the guest speaker for historical records,
provide a copy to the COR and the guest speaker. The videotape will
simultaneously play on eight projectors located in the convention hall
when in an open environment (wall is opened). C.4.6. Versailles
Parlor. During some portions of the SF Conference, this room will
stand-alone, and the moveable wall will separate it from the Orleans
Parlor. The vendor will provide four AV screens, four projectors and
one VCR. The Government will provide a notebook computer. The
presentation illustrated from these four screens will concur
simultaneously when operating in a standalone mode, and in an open
environment (wall is opened). This room will also maintain the central
hub that will control all AV equipment enable video to run
simultaneously. The vendor will provide an on-site technician for
problem resolutions. C.4.7. Orleans Parlor. During some portions of the
SF Conference, this room will stand-alone, and the moveable wall will
separate it from the Rivera Parlor. The vendor will provide one AV
screen, one projector and one VCR. The Government will provide a
notebook computer. The presentation illustrated from this projector
will show the same images that is on the other projector simultaneously
when operating in an open environment (wall is opened). The vendor will
provide an on-site technician for problem resolutions. C.4.8. Riviera
Parlor. During some portions of the SF Conference, this room will
stand-alone, and the moveable wall will separate it from the Orleans
and the Palais Parlor. The vendor will provide two AV screens, two
projectors and one VCR. The Government will provide a notebook
computer. The presentation illustrated from these four screens will
concur simultaneously when operating in a standalone mode, and in an
open environment (wall is opened). The vendor will provide an on-site
technician for problem resolutions. C.4.9. Palais Room. Hotel will
furnish (4 x 6) screen. Vendor will furnish one projector and
Government will furnish a notebook computer. . The presentation
illustrated from this projector will show the same images that is on
the other projector simultaneously when operating in an open
environment (wall is opened). The vendor will provide an on-site
technician for problem resolutions. C.4.10. Chateau Room. The Museum
will occupy this room, therefore, no support from the vendor is
required. C..4.11. Dijon Room. Hotel will furnish (4 x 6) screen.
Vendor will furnish on projector and the Government will furnish a
notebook computer. On-site problem resolution required by contract.
C.4.12. LeMans Room. . Hotel will furnish (4 x 6) screen. Vendor will
furnish on projector and the Government will furnish a notebook
computer. On-site problem resolution required by contract. C.4.13.
Chanel Room. . Hotel will furnish (4 x 6) screen. Vendor will furnish
on projector and the Government will furnish a notebook computer.
On-site problem resolution required by contract. C.5.0 EQUIPMENT
REQUIREMENT C.5.1. The sound reinforcement system will be comprised of
no less than the following types of equipment: 1. One each
professional 32 channel stereo mixer, (EG, Yamaha, Soundcraft, Crest or
equal. 2. One each 150' 40 channel snake with 32 channels and 8 sends.
3. Four each 15" full range monitor speakers with horns (JBL, EAW,
Meyer, or equal) 4. Four each 12" full range monitor speakers with
horns (JBL, EAW, Meyer, or equal) 5. One 10,000 watt 4 way wide angle
house PA system, (JBL, EAW, Meyer, or equal) 6. Premium microphones up
to 29 required, (EG, SHURE Beta 87, EV Ndym, Sennheiser MD421 or
equal). 7. Six microphone stands 8. One mobile PA system with (4) each
15" full range 250 watt speakers, and ten channel mixer to provide
directivity sound to hotel PA, sound reinforcement for hallway and one
extra speaker for exterior tent. C.5.2. Light reinforcement will be
comprised of no less than the following: 1. Two 1,000 watt quartz lamp
follow spot, spot light for an 8 hour period during the dinner, awards
ceremonies and entertainment. 2. Ceiling mount four each 8" ellipsoidal
theatrical fixtures with 500 watts quartz or halogen lamps with remote
control to turn each light on, off, or dim. Light will be mounted,
directed and controlled to provide appropriate lighting for the
speakers and panelist during the conference. C.5.3. The following items
will be provided by the government or the Hotel: (3) 4 x 6 screens --
Hotel provided (1) Podium with microphone -- Hotel provided Sound
system with ceiling speakers -- Hotel provided (14) Computers --
Government provided C.5.4. The following items must be provided by the
vendor: (4) Hand-held, wireless microphones (2) Lapel, wireless
microphones (8) Wireless mouse (3) 8x10 screens (1) 6x8 screens (Palais
Room) (12) Graphics Projectors -- Input will be videotape and
digitized. The resolution must compensate a dimly lit room. (1800 Lumen
(minimum), 1024 X 765, XGA, two computer inputs and one video input).
Vendor will mount the eight projectors in the Convention Hall to the
ceiling, and all cables routed through the ceiling. (4) VHS VCR's
(S-Video) C.6.0. Point of contact. Contractor shall provide the
Contracting Officer the name, address, and telephone number of the
primary and alternate points of contact within two days after contract
award. Also, provide a list of the individuals that will work this
event. The contractor shall also provide, in writing, any changes to
the list of personnel, within two calendar days of such changes. C.6.1.
The vendor should articulate how their system will support the
requirement simultaneously. The government reserves the right to
require any vendor to perform a live test demonstration of the hardware
and software proposed at in agreement upon location. This demonstration
will show how offer's proposal meets all terms. Conditions, and
Requirements of this solicitation. This action is issued as a Request
for Proposal (RFP). Invoices shall be submitted in original and three
(3) copies to: Defense Finance and Accounting Service, PO Box 934450,
2500 Leahy Avenue, Orlando, FL 32893-4400. The provisions at FAR
52.212-1, Instructions to Offerors -- Commercial; 52-212-2, Evaluation
-- Commercial Items, 52.212-3, Offeror Representations and
Certifications -- Commercial Items apply to this requirement; DFARS
252.212.7000, Offeror Representations and Certifications -- Commercial
Items apply to this requirement. The clauses at FAR 52.212-4, Contract
Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items; DFARS 252.212.7001, Contract Terms and Conditions
required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items and DFARS 252.204-7004
Required Central Contractor Registration" apply to this requirement.
Additionally, within FAR 52.212-5 the following clauses are applicable:
52.203-6 AI, 52.219-8, 52.222-26, 52.222-35, 52.222.36, 52.222.37,
52.222-41, 52.222-42, 52.222-47, 52.225-3,52,225-9, 52.225-18,
52.225-19, 52.225-21, 52.247-64 apply. Copies of all provisions/clauses
in full text will be furnished upon receipt of a written request. Award
will be made on the basis of low responsive, responsible bidder
providing documentation to support types and quantities of equipment
and services required. Offerors, who can furnish the required items,
may submit, in writing, to include pricing (FOB Destination). This is
a firm fixed price requirements contract. Proposals are to be delivered
to US Army Special Operations Command, ATTN: AOCO, Building E-2929,
Room 114,Desert Storm Drive, Fort Bragg, NC 28307-5200 not later than
1400 hours 28 February 2000. All responses from responsible sources
submitting the required information will be fully considered. No
additional synopsis will be published. Failure to provide adequate
information to reflect compliance with the specifications of the
required items here in will result in disqualification. Request for a
solicitation will be considered nonresponsive. FAX proposals will be
accepted. FAX questions may be submitted to 910/432-9345. SEE NOTE
1***** Posted 02/10/00 (W-SN424307). (0041) Loren Data Corp. http://www.ld.com (SYN# 0030 20000214\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|