Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
MODIFICATION

70 -- Audiovisual Support for the Air Force Chief of Staff Team Excellence Award competition 10 - 15 Sep 03 at the Omni Shoreham Hotel Washington, D.C.

Notice Date
3/13/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F7AFME30430200
 
Response Due
3/18/2003
 
Archive Date
3/19/2003
 
Point of Contact
Lawrence Henderson, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759,
 
E-Mail Address
lawrence.henderson@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is the Statement of Work that was referenced in the original solicitation. Statement of Work 1. SCOPE Independently, and not as an agent of the Government, the contractor shall furnish all services, experienced personnel, materials, and equipment in accordance with the statement of work below. 2. GENERAL 2.1 This contract is a support requirement for the Air Force Chief of Staff Team Excellence Award (CSTEA) competition to be held September 10-15, 2003. The location of the competition and contract performance is the Omni Shoreham Hotel, 2500 Calvert Street NW, Washington, D.C. 20005. 2.2 The contractor shall assign a project manager as the primary point of contact for accomplishing the requirements in this contract. Appointment of the project manager shall be submitted in writing to the Contracting Officer (CO). Any changes in this position must be forwarded in writing to the CO. 2.3 Ms. Germaine Donecker will be the primary point of contact for AFMIA. Any changes in this assignment will be forwarded to the contractor in writing. The following contact information is provided: AFMIA/RML (Attn: Germaine Donecker) 550 E Street East Randolph AFB TX 78150-4451 (210) 652-5916 DSN 487-5916 FAX (210) 652-5311 germaine.donecker@randolph.af.mil 3. EQUIPMENT SETUP 3.1 The contractor will have access to the auditorium/conference room at 7:00 a.m., Wednesday, September 10, 2003 for setting up equipment. 3.2 The equipment shall be set up using the attached room layouts as a guide. 3.3 All equipment shall be tested and ready for use by 5:30 p.m., Wednesday, September 10, 2003. 3.4 The contractor shall be available from 5:30 p.m. through 10:00 p.m., Wednesday, September 10, 2003 to accept CDs containing presentations from each team. Contract personnel shall assist teams in loading their presentations on to computer systems and ensure proper computer system operations for optimal presentability. 4. PRACTICE SESSIONS 4.1 Teams will practice their presentations for the competition on September 11-13, 2003. The contractor shall have sufficient and knowledgeable personnel available to operate the equipment during the times scheduled in paragraph 7 to include personnel knowledgeable on computer systems operations and troubleshooting. 4.2 The practices will be dress rehearsals. Everything should be done as it will be done for the competition. Technicians shall observe the presentations and make notes on how they will most effectively do their jobs to capture the video/audio on tape and perform other duties during the actual competition. 5. CSTEA COMPETITION 5.1 The CSTEA competition will be September 13-15, 2003. The contractor shall have sufficient personnel available to operate equipment and execute plans made during the practice sessions to include personnel knowledgeable to troubleshoot computer operation problems. A schedule of the presentations for the competition is in paragraph 7. A maximum of 22 teams will be competing for the CSTEA. Each team will make a 15-minute presentation followed by a 10-minute question and answer session with the judging panel. In addition, a Master of Ceremonies will take 30-60 seconds at the beginning of each presentation to introduce the team and another 30-60 seconds at the end of the presentation to conclude the session. 5.2 The contractor shall record each presentation simultaneously on 2 VHS video recorders. The taping shall begin when the Master of Ceremonies introduces the team at the beginning of the presentation and will end after the Master of Ceremonies closes the presentation session. The contractor shall mark each tape with "Chief of Staff Team Excellence Award Presentation,? date, team number, and the name of the team making the presentation. At the end of each day each presenting team will receive their respective tape. The other tape shall be held and given to AFMIA at the end of all presentations. 5.3 The contractor shall videotape samples of practice presentations to demonstrate production quality. AFMIA will provide guidance on the number of practice sessions to be taped to demonstrate quality. 5.4 The contractor shall create and maintain a log of all tapes given to team members. The team member receiving the team presentation video will complete the log when he/she takes the video. The log shall have include the following information: Print Name/Rank of Person Picking Up the Tape, Organization/Office Symbol, Base, State, Signature. The log will be given to AFMIA after all presentations have been made. 5.5 If there are any technical problems caused by contractor equipment or personnel that would adversely affect the judging or video recording of a team?s presentation, then the team will be given the option to repeat its presentation after the last scheduled presentation of the day. The contractor shall provide the equipment and personnel to support the make-up presentation. 5.6 Lighting levels shall remain constant during the presentation portion of the competition and shall be adjusted only for video taping purposes or presenter?s comfort. Teams will not have the option of alternating light sources between podiums. 5.7 Contractors shall not coach teams on presentation style or offer opinions on presentation improvement. 5.8 The Air Force Manpower and Innovation Agency (AFMIA) has the right to inspect and test all services called for by the contract at all times and places to the extent practicable during the term of the contract. AFMIA shall perform inspections and tests in a manner that will not unduly delay the work. 5.9 If any services do not conform with the contract requirements, the Government may require the Contractor to perform services again at no additional cost. If defects in services can not be corrected by re-performance, the Government may: (1) Reduce the contract price to reflect the reduced value of services performed; (2) Contract or otherwise perform the services and charge to the contractor any cost incurred by the Government that is directly related to the performance of such service; or (3) Terminate the contract for default. 5.10 Contractor shall be responsible for hotel charges incurred by their personnel to include room(s), meals, transportation, etc. 6. STRIKING EQUIPMENT 6.1 The contractor can begin striking equipment on Monday, September 15, 2003 at the conclusion of the last presentation with the exception of the equipment in the judges? room. The contractor may strike this equipment after the conclusion of the judges? deliberations. The contractor shall strike all equipment from the Empire Room no later than 1700. 7. SCHEDULE 7.1 The schedule of team presentation will be as follows: Wednesday, 10 Sep 03 0700 ? 2200 Setup team presentation room and judges? conference room 1730 ? 2200 Load team presentations on to computer systems Thursday, 11 Sep 03 0700 ? 0905 Team practice briefings 0905 ? 0920 Break 0920 ? 1125 Team practice briefings 1125 ? 1230 Lunch 1230 ? 1540 Team practice briefings 1540 ? 1555 Break 1555 ? 1905 Team practice briefings Friday, 12 Sep 03 0700 ? 0905 Team practice briefings 0905 ? 0920 Break 0920 ? 1125 Team practice briefings 1125 ? 1230 Lunch 1230 ? 1540 Team practice briefings 1540 ? 1555 Break 1555 ? 1800 Team practice briefings Saturday, 13 Sep 03 0700 ? 0905 Team practice briefings 0905 ? 0920 Break 0920 ? 1020 Team practice briefings 1030 ? 1300 Lunch 1300 ? 1500 Team briefings 1500 ? 1515 Break 1515 ? 1715 Team briefings 1720 ? 1820 Presenting teams for that day pick up VHS tapes Sunday, 14 Sep 03 1200 ? 1500 Team briefings 1500 ? 1515 Break 1515 ? 1835 Team briefings 1800 ? 1900 Presenting teams for that day pick up VHS tapes Monday, 15 Sep 03 0730 ? 0930 Team briefings 0930 ? 0945 Break 0945 ? 1225 Team briefings 1225 - 1700 Tear down presentation room 1330 ? 1600 Judges select winners (no AV personnel required) 1230 ? 1330 Presenting teams for that day pick up VHS tapes 1600 - 1700 Tear down judges conference room 8. EQUIPMENT The contractor shall provide the following information to the 12th Contracting Squadron as part of their bid submission: 8.1 A detailed list of equipment proposed, with type of equipment, model (if known) and quantity of equipment to be used 8.2 The number of people needed for set up, operation, and tear down of equipment on a daily basis to include labor costs for each position. Set up and tear down figures must include an estimate in number of hours to complete. 8.3 A diagram of how proposed equipment will be set up to include signal flow between major components. Modifications to final set up will be considered on site and must be approved by designated AFMIA representative. AFMIA will provide a proposed diagram for guidance if requested. 8.4 A contingency plan for back up equipment in case of equipment failure. Equipment replacement must be setup within a 20 minute timeframe starting with problem recognition to having a final solution in place. 8.4.1 Back up equipment must meet or exceed original equipment specifications at no additional cost to the government. 8.5 The contractor shall provide, as a minimum, the below list of equipment to perform all required duties under this contract. The contractor may substitute equal or better equipment or use additional equipment if necessary to execute this contract. This list is provided as a minimal expectation of the level and quality of equipment to be used and may not be all inclusive of what the contractor will require to perform duties. Equipment substitution shall be identified in bid submission. Example, if gooseneck microphones are used instead of flat table-top microphones, explain why this substitution is better, more practical, etc. than original contract requirement. QTY ITEM 2 Podiums with wired microphones and mic stand. Put foam or rubber padding around mics to reduce noise when mics are adjusted 3 Hand-held wireless UHF microphone systems for Team Q&A 1 Professional grade ?? SVHS videocassette playback unit connected to video projector used for teams to show video tapes during presentation 2 Professional grade ?? VHS playback units used to record presentation 1 Public address system for a room 46? X 75? with a 20? ceiling and holding an audience of up to 200 people 1 Mixer, 24 Channel 1 Amp EQ Package 4 Audio speakers with stands 1 Video lighting system for 2 podiums to light presenters and adequate lighting for videotaping sessions to include back lights and lighting stands. Two additional lights needed for Q&A session. 1 Dimmer System to control lighting. Must have the ability to individually control each light. 2 Video stationary cameras (537 Studio Camera) or equivalent with studio configuration 1 Panasonic WJMX 50 Video Switcher or equivalent 1 Extron 4x4 Matrix switcher or equivalent 5 8? Preview Monitors 1 each camera, playback, 2 each record deck 2 Pentium III Computers, 800 MHz, 256MB RAM, 30 GB hard drive, 2 GB Jazz drive, 250 MB Zip drive, 40X CD-ROM, 64-bit Soundblaster-compatible PCI card, and minimum of 1024x768 resolution monitor. Must be able to see both computer output on computer monitor and video projector simultaneously. Must be able to blank out computer presentations from keyboard or mouse. 24-bit SVGA accelerated video card with a minimum of 32mb video RAM, Windows NT with serve pack 6 software, MS Office 2000 software, and 2 RF wireless mouse capability from the podium. RF signals must not interfere with each other or other equipment. 3 Proxima 9320 model or equivalent with 1.2 short throw lens video projectors at least 3000 lumens with stands (2 for team presentations and 1 for judges? conference room compatible with a laptop computer. (AFMIA will provide laptop computer.) 2 7.5? X 10? fast fold projection screens with front and rear screen projection capability 2 Screen Dress Kits (Black) 1 Pipe and drape set (40 running feet of black draping) 44 ?? Professional grade blank VHS video recording tapes (30 minute length) 1 8? X 8? portable tripod projection screen for judges? conference room 1 Easel with butcher block paper and markers for use in judges? conference room 4 Speaker?s timer with green, yellow, and red lights. One timer for each podium, 1 in front of judge?s table, and 1 visible to AFMIA personnel. One controller for all timers (steady yellow at 2 minutes and steady red at 0 minutes) 5 Small flat table microphones (example audio-technica, AT961R) for judge?s table 5 Table lights for judges 1 Direct box for computer audio 1 Audio recording level controller for VHS record decks Skirting for AV tables to hide wires, cables, etc. 1 1024 HD scan converter for upscale video to native XGA 1 1x4 Video DA for 2 record decks and 2 preview monitors 2 Lavaliere microphones Headsets for AV personnel as needed 2 Meyer UPM 1 Center Speaker 8.6 Equipment Security ? Presentation room shall be locked at the end of the daily session. Any additional security measures are the responsibility of the contractor and must be included in bid submission.
 
Place of Performance
Address: OMNI SHOREHAM HOTEL, 2500 CALVERT STREET NW, WASHINGTON D.C. 20005
 
Record
SN00278728-W 20030315/030313213530 (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.