Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

R -- CELEBRITY ENTERTAINMENT IN SUPPORT OF OIF DEPLOYED SITES,SPECIFICALLY COMICS ON DUTY

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
711410 — Agents and Managers for Artists, Athletes, Entertainers, and Other Public Figures
 
Contracting Office
ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W912PE06T0026
 
Response Due
10/26/2005
 
Archive Date
12/25/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. STATEMENT OF WORK (SOW) 1.0 INTRODUCTION 1.1 Organization 1.2 Requirements Contractor shall provide a Tour Manager and Name Entertainment in support of the BASOPS requirement for the MWR Deployment sites in Iraq (OIF) for the fiscal year 2006. Services include, but are not limited to; meeting and greeting deployed service member s, signing autographs, attending command functions, posing for photos, participating in print and audio interviews and one (1) 120 minute meet and greet session, at each deployed site in accordance with the schedule listed below in section 4.7.1 1.2.1 The tour will feature a Tour Manager and the name requested entertainment act Comics on Duty, or as mutually agreed upon, in writing by the Contracting Officer's Representative (COR), a substitute/equivalent: 14 day tour COMICS ON DUTY Celebrity Comedy and Meet & Greet 30 October 2005 - 08 November 2005 1.3 Performance. The contractor shall provide Name Entertainment tour to support Operation Iraqi Freedom (OIF) Multi National Corps - Iraq MNC-I, in accordance with (IAW) Title 10 US Code, all applicable Federal Acquisition Regulations (FAR), the Office o f the Secretary of Defense (OSD), Department of Defense (DoD), and other pertinent regulations, directives, and guidance. Certification by the Government of satisfactory services provided is contingent upon the contractor's performance IAW the terms and c onditions of the referenced contract, this SOW and all amendments thereto. 1.4 Applicable Documents. The following documents are applicable (but not limited to) upon award of this contract. Federal Acquisition Regulation (FAR) Department of Defense Federal Acquisition Regulation (DFAR) Department of the Army Federal Acquisition Regulation (AFAR) DoDD 5000.2 Defense Acquisition Program Procedures AR 37-1 Army Accounting Guidance 1.5 Glossary. Acronyms used in this SOW are listed below for easy reference: AOR Area of Responsibility CJTF Combined Joint Task Force CONUS Continental United States COR Contracting Officer's Representative DFARS Defense Federal Acquisition Regulation Supplement DoD Department of Defense DSSR Department of State Standardized Regulations FAR Federal Acquisition Regulations IAW In accordance with IMA-E Installation Management Agency - Europe JER Joint Ethics Regulation JTR Joint Travel Regulation MNC-I Multi National Corps - Iraq MWR Morale, Welfare and Recreation OCONUS Outside Continental United States OEF Operation Enduring Freedom (Afghanistan) OIF Operation Iraqi Freedom (Iraq) RCO Regional Contracting Office SOW Statement of Work SOFA Status of Forces Agreement USG United States Government 2.0 REQUIREMENTS 2.1 Tasks 2.1.1 Provide an on-site Tour Manager for each tour during the entire term of the contract. 2.1.2 Tour Manager shall attend all events and coordinate all activities required through the COR. 2.1.3 Provide the Celebrity Tour entertainment acts, each performing tours separately within the specified dates noted in Statement of Work. 2.1.4 Provide up to six (6) hours a day (within a 8-hour window) for personal appearances for each act, excluding day of arrival and departure from CONUS. From 30 October - 08 November 2005, provide one (1) 120-minute Celebrity Comedy Show with Meet & Greet in accordance with the schedule listed in section 4.7. Locations are FOB's in Iraq and cannot be disclosed due to security reasons. Transportation time to and from the events and performances is not included in the work schedule. 2.1.5 Contractor will report to each base at a ti me mutually agreed to by HQ MNC-I C1 (OIF) based on the requirements of each base. Contractor and MNC-I C1 (OIF) will agree to arrival times at bases and fully coordinate with each bases' respective points of contact. 2.1.6 Contract personnel shall guarantee that he/she will conduct themselves in a professional manner at all times and set a good example for the Military Community. 2.1.7 Contract personnel appearance must adhere to common standards of decency, professional decorum and good taste. 2.1.8 Physical contact between the contract personnel and military and family members will only take place for reasons safety. 2.1.9 Contract personnel shall not use tobacco and consume or be in possession of alcohol during a performance/or event within the requirements of this contract. 2.1.10 Contract personnel shall not be in the possession of drugs or weapons, at any time. 2.1.11 Contract personnel shall be available for press, TV and radio appearances, autograph sessions, photo opportunities and other personal appearance endorsing the MWR Touring Show program. 2.1.12 Contract personnel shall be knowledgeable about the touring show program prior to commencement of work and be able to answer questions about who is sponsoring the program, and endorse its benefits. 2.1.13 Contract personnel and contractor shall allow all publicity photos to be published in promotional materials sponsored by the Government. 2.1.15 Contract personnel, based on their specialty, shall wear appropriate attire for the events in which they are performing or participating in scheduled events. 2.1.16 Contract personnel shall pass out pre-approved autographed cards and other Government sponsored promotional literature/material during the events. 2.1.17 Contract personnel, at all times, shall conduct themselves in an acceptable manner and observe all rules and regulations of the Host Nation, Commander Officer and the United States Army. 2.2 Deliverables. All deliverables must meet professional standards and meet the requirements set forth in contractual documentation. The contractor will be responsible for delivering all end items specified. 2.2.1 Contract personnel shall attend all events as coordinated with the COR and Tour Manager. 2.2.2 Contractor shall furnish to the COR for approval, two weeks prior to beginning the initial performance, samples of the commemorative color autographed/biographical cards for the name requested entertainment act, which will include the MWR logo. 2.2.3 Contractor shall invoice in accordance with applicable clauses not later than thirty (30) days after completion of each line item or at the completion of the entire contract. 2.2.4 Contractor shall provide the COR information as needed for Letters of Introduction (Base Entry paperwork) for all members of the traveling party NLT 50 days prior to departing CONUS on the attached PIN document. This information includes but is not limited to; Official Name, SSAN/Identification number, Place of Birth, Date of Birth, Passport Number, Passport expiration Date, Passport Issue Date, Passport Issue location, Type of Passport, Citizenship and physical description (hair and eye color, weigh t and height) home address and scanned passport photo pages, prior to the commencement of the period of performance. All group members must have a valid US Passport that are valid for at least 6 months after the start of the tour. 2.3 Other Reporting Requirements. 2.3.1 The contractor shall inform the Contracting Officer, Regional Contracting Office, Seckenheim and/or the COR in writing, of any deviations of schedule and/or personnel, as agreed upon by the Government, prior to commencement of work. 2.3.2 The contractor shall bring problems or potential problems affecting performance to the attention of the Contracting Officer, Regional Contracting Office, Seckenheim and/or the COR, as soon as possible. Verbal reports will be followed up with writte n reports when directed by the Contracting Officer or the COR. 2.4 Special Requirements 2.4.1 The Contractor is responsible for obtaining all passports, visas, or other documents necessary to enter and/or exit any area(s) identified by the Contracting Officer for contractor personnel within the Area of Responsibility (AOR). 2.4.2 All Contractor personnel shall be subject to the customs, processing procedures, laws, agreements, and duties of the country in which they are traveling to, and the procedures, laws, and duties of the United States upon reentry. 2.4.3 Contractor warrants that it has full rights and authority to represent the celebrities performing within, and that every part thereof is free from any conflicting unit, and that every part thereof is free from any conflicting rights of others, includ ing licenses, patents, and copyrights. 2.4.4 Contract personnel performing under this contract shall be wholesome and adhere to the standards of good taste. Emphasis is placed on the following: 2.4.4.1 An acknowledged deity will not be referred to in a manner that would offend a follower of any faith. 2.4.4.2 Profanity, vulgarity, or connotations of sexual depravity and perversion will not be used. 2.4.4.3 Military, racial, religious, or national groups will not be defamed, and individual deformities will not be ridiculed. 2.4.5 Any criminal conduct, unexcused tardiness or absence which prevents timely starting of the performance(s) required hereunder, indecency or obscenity, drunkenness, damage to Government property, failure to discharge indebtedness to the Government, in fluence of narcotics or hallucinatory drugs, threatening breach of national security, violation of the rules and regulations of the Host Nation, Government or the MNC-I (OIF) is grounds for termination of this contract. 2.4.6 Legal applicability: Public Law 106-523, Military Extraterritorial Jurisdiction Act of 2000: Amended title 18, US Code, to establish Federal jurisdiction over certain criminal offenses committed outside the United States by persons employed by or a ccompanying the Armed Forces, or by members of the Armed Forces who are released or separated from active duty prior to being identified and prosecuted for the commission of such offenses, and for other purposes applies to Contractor personnel deployed OCO NUS. 2.4.7 No performance by the contractor, its agents, or contract personnel may be recorded, filmed, reproduced, or transmitted from the place of performance, unless advance written authorization has been obtained from the COR. The approval process for this action is a minimal of 6 months prior to departure from CONUS. 2.5 Identification. Contract personnel shall adhere to the following identification requirements: 2.5.1 Carry with them at all times proper identification, to include a current passport and all other documentation applicable to overseas travel and required to gain access to Government installations. 2.5.2 Two (2) types of photo Identification are required. One piece is the official passport of the individual and the second could be a valid state issued identification or drivers license with a photo. 2.6 Personal Service. This requirement is not being used to procure personal services prohibited by the FAR Part 37.104 titled Personal Services Contract.
 
Place of Performance
Address: ACA, RCO Seckenheim Attn: AEUCC-S, Unit 29331, APO AE
Zip Code: 09266-0509
Country: EU
 
Record
SN00918603-W 20051022/051020212059 (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.