Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

T -- VIDEO SERVICES

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541921 — Photography Studios, Portrait
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7012-07-T-0002SPENCER
 
Response Due
11/27/2006
 
Archive Date
12/12/2006
 
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. FA7012-07-T-0002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13. This is a 100% Small Business Set-Aside. The North American Industry Classification System code is 541921 at a $6.5 million size standard. LINE ITEMS:0001: NON-PERSONAL SERVICE, the contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other services necessary to perform VIDEO RECORDING SERVICES in accordance with the specifications set forth in the statement of work (SOW). QTY: 1, UNIT: JOB per SOW, UNIT PRICE: $_________, EXTENDED PRICE: $_________. STATEMENT OF WORK (SOW): VIDEO RECORDING SERVICES FOR USAF 2006 HOLIDAY SHOWS. 1. DESCRIPTION OF NON-PERSONAL SERVICES. The contractor shall provide the appropriate number of trained persons and equipment necessary to provide video services for the USAF Band Holiday Shows at DAR Constitution Hall Washington, DC in accordance with all numbered items listed in this Statement of Work. The contractor shall meet the following standards of performance: Rehearsals on time per schedule, Director?s monitor with camera feeds at Director?s location (no video trucks will be allowed due to logistical constraints), 12 foot x 16 foot screens delivered one day prior to load-in for preset if necessary. 2. Equipment. 2.1. Video System shall include: 2.1.2. Projection System shall consist of the following: Two (3) Chip DLP/DMD Based Projectors (NO LCD Projectors accepted), 18,000 ANSI Lumen Brightness, 1280 x 1024 Native Resolution, SDI input, Appropriate lens, Spare lamp, NOTE: Brand Name/Model/Specifications of Projectors shall be the following or equal: Christie Roadstar S20+, Barco FLM 10, Digital Projection 35HD 18,000 LU. If the contractor intends to submit an OR EQUAL substitution, the vendor must provide all applicable technical specification shall be submitted with quote for review by the USAF Band representative to determine if the equipment meets the required specifications, Two 12 foot x 16 foot Front Projection Screens with truss frame, One Video Distribution Amplifier, Humbucker as needed, Projection Power Buck Boosters, All cable runs to Front of House as needed; 2.2. Video Switch Rack shall consist of the following: One Videotek 8 x 1 Component Switcher, One 16 x 16 Component, One Test Signal Generator, One Dual Channel Frame Synchronizer TBC, Two Sony PVM-8041 Component Monitors, Two Sony Quad 4 inch Video Monitors, One 13 inch Component Color Video Monitor, One Clearcom 2 Channel Base Station, One Scan Convertor for XGA, One Component to SDI Convertor, One Large Video Cable Kit, One Line Driver, One Character Generator to display lyrics of songs on the projected image, Fly Pack; 2.3. Video Camera?s Systems shall include the following: One Sony D30 Camera Packages, One 16 x 9 Standard Lens, One 33 x 15 Long Lens, Two Sony Camera CCU?s, Three Fluid Head Tripods for Sony, One Fluid Head for USAF Camera, Two 100 meter CCU Cables, One 30 meter CCU with coupler, 2.4. Video Playback and Record Decks shall include the following: One Grassvalley Turbo model # iDDR, Five Sony Beta SP UVW-1800; 2.5. Blank Tape Stock shall consist of five 90 minute tapes per show, 20 - 90 minute tapes total; 2.6. Directors Station shall include the following: One 25 inch Professional Color Monitor, One Kalcom for Quad Split, One 250 foot Cable to Directors Station; 2.7. Clear-Com Communications to include the following: One 2 Channel Mainstation, Seven Clearcom Beltpacks, Seven Clearcom Headsets, All Clearcom cabling for venue; 2.8. Power Distribution shall include the following: One 208V Power Distro Breakout, All feeder cable tie-ins; 3. General Information. 3.1. Labor Call shall include the following: One Projectionist, Three Cameramen, One Tape Operator/Camera Shader, One CG operator, One Video Switcher; 3.2. The contractor shall provide all cable, accessories and parts to operate the projection system and receive and optimize a composite video signal for video projection. 3.3. The contractor shall perform the service at DAR Constitution Hall on the dates of 1 DEC to 3 DEC 06. All daily times and the production meeting shall be coordinated with MSgt Jeb Eaton (202) 767-4095. All prospective vendors shall ensure they can meet the daily schedule prior to placement of their quote. Winning vendor shall attend a production meeting prior to 1 DEC 06 at Bolling AFB, DC to discuss the production. 4.0. Hours of Operation/Schedule. 4.1. The tentative schedule is as follows: 1 DEC 06, Load-in 0200-0800; 1 DEC 06, Rehearse 0800-0900; 1 DEC 06, Show 1000-1100; 2 DEC 06, Rehearse 1200-1400; 2 DEC 06, Show 1500-1700; 2 DEC 06, Show 1930-2130; 3 DEC 06, Show 1500-1700; 3 DEC 06, Load-Out 1700-2000. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by the Quality Assurance Personnel (QAP) at the job site. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3(Alt I), Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1 (http://farsite.hill.af.mil), 52.252-5: (b) DFARS (Chapter 2), and 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 prices is determined most advantageous to the Government. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representations and Certifications Application). 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, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.233-1, 52.237-2, 52.237-2, 52.246-1, 52.247-34, 52.249-4, 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), 252.212-7001, 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, 5352.223-9001, and 5352.242-9000. 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: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-3, 52.232-33, 52.233-3, and 52.233-4, NOTICE TO OFFERORS: All responses must be received no later than 10:00 AM EST on 27 November 2006 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 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.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to SSgt Gus Spencer III, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887, E-mail, gus.spencer@bolling.af.mil or SrA Richard Harper (202) 404-8342, E-mail, Richard.harper@bolling.af.mil.
 
Place of Performance
Address: 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01183192-W 20061119/061117220732 (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  © 1994-2020, Loren Data Corp.