Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

58 -- Moore - Video Recording Service

Notice Date
7/19/2007
 
Notice Type
Modification
 
NAICS
512110 — Motion Picture and Video Production
 
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
20032-0305
 
Solicitation Number
FA7012-07-T-0031
 
Response Due
7/25/2007
 
Archive Date
8/9/2007
 
Point of Contact
Dallas Moore, Contracting Specialist, Phone 202-404-7962, Fax 202-404-7962,
 
E-Mail Address
dallas.moore@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-09. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-07-T-0031. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 321912 at $27 million size standard. LINE ITEM 0001: Contractor will provide video services in accordance with the attached statement of work. UNIT PRICE: $___________, EXTENDED AMOUNT: $_____________ . THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Items shall be priced FOB Destination. Items shall be delivered to 201 McChord Street, Bolling AFB DC 20032. Dates of performance: 18 Sept ? 23 Sept 2007. 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 follows: 52.211-6, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Add paragraph (1), Offeror must include with its offer, a completed copy of provision FAR 52.212-3, Offerors Representations and Certifications in full text. 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: 52.209-6, 52.214-34, 52.214-35, 52.223-5, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6(b), DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001 (DEV), 252.225-7001, 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items (DEV) apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 12:00 p.m. Eastern Standard Time (EST), 23 July 2007 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to dallas.moore@bolling.af.mil. 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 via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SrA Dallas Moore, Contract Specialist, Phone (202) 404-7962, FAX (202) 767-7887, E-mail to dallas.moore@bolling.af.mil OR SSgt Gus Spencer, Contract Specialist, Phone (202) 767?7979, FAX (202) 767?7887, E-mail to gus.spencer@bolling.af.mil. ______________________________________________________________________________________________________________________________________________________ STATEMENT OF WORK FOR VIDEO SERVICES ______________________________________________________________________________________________________________________________________________________ 1.0_DESCRIPTION OF SERVICES 1.1_SCOPE OF WORK. The vendor shall provide all personnel, equipment (not provided by the government), tools, materials, supervision, or services necessary to provide video services for the USAF Band ceremonial Tattoo. 2.0_SERVICE DELIVERY SUMMARY 3.0_GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1.1_No equipment shall be provided by the government. The vendor is responsible for all equipment necessary to perform the job. 3.1.2_Based on past experience and video needs for this performance, the government has attached an equipment list of gear that will perform the job. All vendors shall submit their list of gear prior to award. 4.0_GENERAL INFORMATION 4.1_The ceremony shall take place on the ceremonial lawn located on Bolling AFB DC. 4.2_Vendor shall provide all tape stock. 4.3_Vendor shall provide all personnel for setup strike and run of equipment to include a technical director/switcher, video engineer/shader, projectionist, camera operators and cable pager. All equipment shall be operated with best commercial practices. 4.4_Vendor shall provide all platforms, scaffolding or other necessary devices. 4.5_Vendor shall perform the service at the Ceremonial Lawn on Bolling AFB. All daily times shall be coordinated with TSgt Jeb Eaton (202) 767-4095. All prospective vendors shall ensure they can meet the daily schedule prior to placement of bid. 4.6_COMPLIANCE WITH LAWS AND REGULATIONS. The service provider shall be knowledgeable of and shall comply with all applicable federal, state, and local laws, permits, Department of Defense (DoD), AF, and base requirements and instructions required for the performance of the duties in this SOW. The service provider shall ensure policies and procedures are established that protect the safety and welfare of customers, employees, and the community to minimize or eliminate safety or environmental pollution risks. 4.7_INDEMNIFICATION: The contractor agrees to indemnify and hold the Government and the Department of the Air Force harmless, whether in tort or in contract, for any and all loss or liability for injury to or death of service provider personnel in transit to, from or during the period of attendance at any of the required locations in support of this production. 4.8_The contractor shall ensure compliance with all federal, DoD, AF, and Bolling AFB vehicle identification policies for contractor-owned vehicles. 4.9_The contractor shall obtain proper identification badges for access to Bolling AFB, for the duration of the contract. 4.10_TRAVEL, MEALS, LODGING AND INCIDENTAL EXPENSES. The vendor shall be responsible for making all travel and lodging arrangements. Government transportation and lodging will not be made available. The vendor is responsible for all associated expenses. 4.11_RIGHTS AND ROYALTIES: All rights and royalties resulting from the production of recordings shall become the property of the United States Air Force and the United States Air Force Band. The contractor shall not have any rights to potential royalties, now or in the future, as a result of their performance under the terms and conditions of this contract. 4.12_Hours of Operation 4.12.1_Tentative Schedule: (Tuesday 18SEP07 0800-1700 Video Delivery/Setup) (Wednesday 19SEP07 Work as needed) (Thursday 20SEP07?Tech Rehearsal, 1500 All Departments report, 2300 End of day) (Friday 21SEP07?Rehearsal, 1500 All Departments report, 2300 End of day) (Saturday 22SEP07?Dress Rehearsal, 1500 All Departments report, 2300 End of day) (Sunday 23SEP07?Show, 1500 All Departments report, 2030 Load-out, 0600 End of day) 5.0_Appendix 1_Vendor shall provide the following equipment or equipment capable of producing the same results..:(5) Camera Switching System to include (3) Sony D30 Cameras w/Studio Kits, (1) Sony DXC-D30WS Jib Camera (1) 8 x 1 Production Switcher, Signal Processing, CCU?s and Monitoring, 1 Standard Camera Lens (16 x 9) including the tripod, 2 Long Camera Lens (33 x 15) including HD Tripod, 1 Jib Lens, 2 DVCAM Recorder/Player Sony DSR-1800, 1 Still Store Unit for Logo Still, 1 Fluid Head Tripod for USAF Camera, 1 Long Composite Video Cable for USAF Camera, 1 Signal Distribution Package to include all cabling, line drivers, distribution amps and other parts necessary to run this package, 2 Self-contained mobile LED wall trailers to include (2) 9? X 12? Barco LED Walls (Panels must be Barco D7, 7mm pitch or better. ), 1 Clearcom System to include main unit (10) belt packs and (10) Headsets, 1 Camera jib and operator NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7012-07-T-0031/listing.html)
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01347599-F 20070721/070720005718 (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.