Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

T -- Recording Engineer for the USAF BAND Airmen of Note

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-02-T-320
 
Point of Contact
Jamila Hodges, Contracts Specialist, Phone 202-797-8106, Fax 202-767-7887,
 
E-Mail Address
jamila.hodges@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. F49642-02-T-0320. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a small business set-aside. The North American Industry Classification System code is 561790 (formerly SIC code 7349) at $6 million size standard. LINE ITEM: 0001 Recording engineer to record mix and edit the USAF Band Airmen of Note: $_________, EXTENDED PRICE: $_________. A complete price breakdown is required as part of your offer for each line item listed above. The following is an example: number of hours, hourly rate, materials, travel, etc. ?Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by USAF BANDpersonnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION. STATEMENT OF WORK FOR PR F6015122270100 Recording Engineer for the Airmen of Note SCOPE OF WORK: The vendor shall provide all parts, tools, labor, materials, equipment, transportation, and personnel necessary to record, mix, edit, and master a recording session for the USAF Airmen of Note. Equipment to be used by the vendor will be presented for approval to the Air Force Band Chief Recording Engineer. Listed below is the required equipment for the recording session. The vendor will provide all equipment to include the following: 1. Microphones a. All microphones must be recognized as industry standards for recording. No live sound alternatives will be allowed. b. Examples of acceptable brands: i. Neumann ii. Sennheiser iii. AKG iv. Beyer v. Scheopps vi. Earthworks 2. Outboard equipment a. Microphone preamps i. Vendor will provide no less than 20 channels of high quality microphone preamplifiers. ii. Minimum Specifications: 1. Frequency Response: 10hz ?20khz +/- 1dB 2. THD: <0.05% @ 1Khz iii. Examples of acceptable brands: 1. Millennia 2. Earthworks 3. Langevin 4. TLAudio 5. Grace b. Digital converters (if digital recorders are used) i. Vendor will provide high quality digital conversion to and from analog signal. ii. Examples of acceptable brands: 1. Apogee 2. Prisim 3. RME-Hammerfall iii. All digital converters will have a minimum dynamic range of no less that 112dB. c. Word Clock will be provided by a ?House? clock source to be provided by the vendor. i. Aardvark Aardsync II ii. Rosendahl Nanosyncs 3. Primary recording system a. The primary system will handle no less than 32 tracks simultaneously. b. The primary system must be able to record no less than 44,100 samples a second with no less than a 24 bit word. c. Examples of acceptable equipment: i. Pro Tools ii. SAW Pro iii. Sadie iv. Dash Machine v. A high quality analog recorder d. Secondary recording system e. 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. f. Examples of acceptable equipment: i. Any item listed in the primary recording system list ii. Tascam DTRS (24 bit versions) iii. High quality hard disk recorder 4. Mixing console a. Technical support will provide a mixing console (Euphonix CS 2000) if needed. i. The console will be used only if shipping cost and/or console size prohibits the recording company from temporarily installing their console in the existing Band Control room. ii. Inputs and outputs will need to be discussed no less than 15 business days before the set up day. iii. The console will be used for monitoring purposes only; no Euphonix microphone preamplifiers will be used. b. Minimum specifications for analog consoles: i. Frequency response: 6hz to 154khz +/- 3dB ii. Noise: -95dbu iii. Output distortion: THD 22hz-22khz .0067% (unweighted) c. Minimum specifications for digital mixers and workstations: i. 24 bit input ii. 24 bit output iii. 56 bit internal precision 5. Monitoring a. Technical support will provide monitoring (Meyer HD1s) if necessary. b. The monitors will be used only if shipping cost or speaker size prohibits the recording company from temporarily installing the monitors in the existing Band Control room. 6. Editing capabilities a. The editing system must be a hard disk multi-track editor b. The editing system must be able to handle no less than 44,100 samples a second with no less than a 24 bit word c. Examples of acceptable equipment: i. Pro Tools ii. SAW Pro iii. Sadie iv. Any recognized industry standard for editing Miscellaneous The 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. The vendor will provide talkback capabilities between the two rooms. The Technical support staff will provide a snake from the recording space to the control room. Both ends will terminate to XLR connectors. Sub snakes will also be provided. Technical questions can be handled by TSgt Loren Zimmer (202) 767-4095 or Loren.Zimmer@bolling.af.mil. All recording, editing and mastering shall be accomplished in accordance with the best commercial practices. The engineer must have no less than four years of experience in the recording industry including no less than six mass-produced jazz recordings with any less than two big band albums. Each company will provide samples of their big band recordings, either in CD or DAT format, and a r?sum? of studio and remote recording experience. The engineer must have a in depth technical knowledge of all equipment that is to be used in the session. Only qualified personnel specially trained for recording, editing, mixing, and mastering a big band jazz recording shall perform services as required. The location of the recording session will be Hangar 2 on Bolling AFB, Washington DC. HOURS OF OPERATION Dates of performance of the contract are from 16 Oct 2002 through 25 Oct 2002. The set-up will begin on 16 Oct 2002 with the recording starting on 17 Oct 2002. A finished CD master will be provided on 25 Oct 2002. The vendor will be available on a 24-hour time schedule to meet the scheduling needs of the USAF Airmen of Note. All daily start times, breaks, and end times will be decided by the Chief Recording Engineer of the USAF Band. 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: 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. 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: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: These clauses also apply; 52.232-18 "Availability Of Funds" 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration", 52.233-3 "Protest After Award", 52.243-1 "Changes--Fixed Price", 52.246-4 "Inspection Of Services--Fixed Price", and 5352.242-9000 "CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS." All responses must be received no later than 5:00 P.M. EST on 28 Sep 02 to 11th CON/LGC0, 110 Luke Ave, Bldg 5681, Ste. 200 Bolling AFB, DC 20332 by mail or facsimile. 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.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to 2Lt Jamila Hodges, Contract Specialist, Phone (202) 767-8106, FAX (202) 767-7887, E-mail to jamila.hodges@bolling.af.mil.
 
Place of Performance
Address: USAF BAND, CRAIG LEDOUX, MSGT, 201 MCCHORD ST, BOLLING AFB DC
Zip Code: 20332-5401
 
Record
SN00170246-W 20020920/020918213610 (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  © 1994-2020, Loren Data Corp.