Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
MODIFICATION

58 -- Inflight Audio/Visual Service

Notice Date
3/10/2008
 
Notice Type
Modification
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, MD, 20762-6500, UNITED STATES
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1017256A003
 
Response Due
3/21/2008
 
Archive Date
4/5/2008
 
Point of Contact
D'Jaris Gladden, Contract Specialist, Phone 301-981-2307, Fax 301-981-1910
 
E-Mail Address
D'Jaris.Gladden@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. 2 to the combined synopsis/solicitation is to correct item 5 - Period of Performance, item 11 - Quotation due date and Performance Work Statement section 1.2.4 Movies. Offerors must acknowledge all amendments. Amendment No.1 to the combined synopsis/solicitation was made on 22 Feb 08, to add Performance Work Statement (PWS) to end of synopsis/solicitation. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Reference number F1D1017256A003 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. This is a 100% Small Business Set-Aside. If there are no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. The NAICS code is 423990 the size standard is 100 Employees. 4. This solicitation contains nine (9) line items as follows: CLIN 0001: The contractor shall provide management services, materials, shipping and other items and services to develop audio and visual entertainment packages for Air Force One (VC-25), the C-32A & C-40B fleet aircraft, and Special Air Missions. Inflight Audio and visual entertainment to include VHS format movies, CD, and cassette format audio musical program guides. Aircraft and audio programming, mastering, duplication, feature film selection and entertainment guide film/audio for the 89th Airlift Wing aircraft. Estimated number of items: Movies VHS format - 1080 Audio Music Compact Disc - 64 programs / 240 duplications Boarding music cassette tapes - 16 programs / 48 duplications Entertainment / Cinema / Music Guide - 9000 Provide movies in accorandance with (IAW) Performance Work Statement (PWS). Includes monthly movie sourcing and production and distribution of selected titles. CLIN - 0001AA Service -C-32/C-40 Movies IAW Performance Work Statement Quantity -12 Unit of Issue - Months CLIN - 0001AB Service - SAM Movies IAW Performance Work Statement Quantity -12 Unit of Issue -Months CLIN - 0001AC Service -VC-25 Movies IAW Performance Work Statement Quantity -12 Unit of Issue -Months Provide audio music IAW attached Performance Work Statement. Includes audio entertainment production and distribution of custom produced audio for C-32/C-40 fleet and VC-25. CLIN - 000AD Service - C-32/C-40 Audio Music IAW Performance Work Statement Quantity -12 Unit of Issue - Months CLIN - 0001AE Service -C-25 Audio Music IAW Performance Work Statement Quantity - 12 Unit of Issue - Months Provide entertainment guides IAW Performance Work Statement. Includes custom printed entertainment guide creation, production and distribution. CLIN - 0001AF Service - C-32/C-40 Entertainment Guides IAW Performance Work Statement Quantity -12 Unit of Issue - Months CLIN -0001AG Service -SAM Entertainment Guides IAW Performance Work Statement Quantity -12 Unit of Issue -Months CLIN -0001AH Service - VC-25 Entertainment Guides IAW Performance Work Statement Quantity -12 Unit of Issue -Months Provide boarding music IAW Performance Work Statement for delivery to the C-32/C-40 fleet. CLIN -0001AJ Service - C-32/C-40 Boarding Music IAW Performance Work Statement Quantity -12 Unit of Issue - Months Please see Performance Work Statement (PWS) below. 5. Period of Performance: 1 May 2008 through 30 April 2009. FOB: Destination. 6. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 7. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Price is the only evaluation factor. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Price: Offers will be evaluated for completeness, reasonableness and competitiveness. An offerors proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirm the extended amount. The Government reserves the right to enter into an agreement with other than lowest offeror. The government intends to enter into and agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 8. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Jun 2005) with the quotation. 9. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provision is applicable: FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Nov 2007), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Total Small Business Set-Aside (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.223-9 ? Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2007); 52.225-13 -Restrictions on Certain Foreign Purchases (Feb 2006); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jun 2005); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2007); 252.232-7010 Levies on Contract Payments (Sept 2005) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (June 2002). The following local clauses apply to this acquisition: 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; and 316CONS-010 WAWF Instructions. 10. If interested, E-mail or fax your quote to the POC stated herein. 11. Quotations must be received no later than 12:00 pm EST, 21 March 2008. The Government prefers that all offers are e-mailed to the points-of-contact below with reference number F1D1017256A003. Contact Information: 316 CONS/LGCBC, 1535 Command Drive E202, Andrews AFB MD 20762. 12. The Government point-of-contact is DJaris Gladden; telephone number 301-981-2307 and fax number 301-981-1910, email;djaris.gladden@andrews.af.mil Performance Work Statement Performance-based Work Statement (PWS) For 89th AIRLIFT WING AIRBORNE FLEET ENTERTAINMENT PACKAGE 1. Description of Services / General Information 1.1 Scope 1.2 Services Description 1.3 General Information 2. Services Summary Chapter 1 DESCRIPTION OF SERVICES / GENERAL INFORMATION 1.1. SCOPE. The contractor shall provide management services, materials, shipping and other items and services to develop audio and visual entertainment packages for Air Force One (VC-25), the C-32A & C-40B fleet aircraft, and Special Air Missions. Movies shall be available to the Government by contractor for pre-selection/approval by a government representative. New movies shall be provided monthly. Movies shall be shipped prior to the 25th of the month for the proceeding month. Audio and boarding music shall be every two (2) months. Movie feature and music channel selection guides shall be shipped monthly. Graphics shall be included in guides. All of these requirements shall be met. 1.2. SERVICES DESCRIPTION. 1.2.1. INSPECTIONS. The contractor shall inspect all produced material prior to shipping for any discrepancies or impairments to products. Any discrepancies or impairments discovered prior to shipping shall be corrected prior to scheduled shipping date. Any discrepancies or impairments that are found after shipping shall be returned and corrected within seven (7) working days. The contractor shall provide, to the customer by fax or e-mail any delays due to corrections. 1.2.2. TESTING. The Customer shall perform functional operational test on developed product. 1.2.3. CORRECTIVE MAINTENANCE/REPAIR: The contractor shall perform corrective repair on all products found defective by the customer. The customer will return defective items and contractor shall inspect, correct and return defective item within seven (7) working days. 1.2.4. MOVIES. 1.2.4.1 C-32/C-40 Six (6) copies of each new title shall be provided (in VHS format) for the C-32/C-40 fleet. A total of Ten (10) different titles shall be provided for the C-32 and C-40 fleet aircraft. All movies received must match the movie listing in the entertainment guide. Acceptable movie ratings include: G, PG, PG-13, and R (C-32/C-40 aircraft will accept ?R? rated movies as long as that film has been edited and we can receive the edited list for that title). Movies are selected and approved by a C-32/C-40 representative. A two-month supply of (20) movies are maintained on each aircraft and a 3rd month of movies are maintained back at our office. As ten (10) movies are received, oldest set of ten (10) will be returned to the vendor. 1.2.4.2. Special Airlift Mission (SAM). Seven (7) copies of each new title shall be provided in VHS format. A total of ten (10) different titles shall be provided (the same titles as received by C-32/C-40 fleet). All movies received must match the movie listing in the entertainment guide. Acceptable movie ratings to include: G, PG, PG-13, and R (SAM aircraft will accept rated R movies with a description) are selected and approved by a Special Air Missions representative. If a SAM representative is not able to respond in a timely manner due to mission purposes, contractor is approved to select any ten (10) movies from the entertainment guide except those rated ?R.? A two-month supply of twenty (20) movies is maintained on each aircraft. As ten (10) movies are received, oldest set of ten (10) will be returned to the vendor. 1.2.4.3. VC-25 Two (2) copies of each new title shall be provided in DVD format. A total of ten (10) different titles shall be provided. Movies are selected and approved by an Air Force One representative. A two-month supply of twenty (20) movies is maintained on each aircraft. All movies received must match movie the listing in the Presidential Cinema Library Guides. Acceptable movie ratings include: G, PG, PG-13, and R (VC-25 aircraft will accept R rated movies as long as that film has been edited and we can receive the edited list for that title). Movies are selected and approved by a VC-25 representative. As ten (10) movies are received, oldest set of ten (10) will be returned to the vendor. 1.2.5. AUDIO MUSIC: 1.2.5.1. C-32/C-40 Four (4) sets of audio music; consisting of 20 CDRs will be provided for the C-32 fleet. CDs must be compatible with a Matsushita 7095 Audio Reproducer Unit. A minimum of eight (8) channels of recorded music on compact disks. New music shall be supplied every two (2) months. Music shall contain a variation of different types of music. 1.2.5.2. VC-25 Three (3) sets of audio music; consisting of 15 CDRs will be provided. CDs must be compatible with a TEAC system. New music shall be supplied every two (2) months. Music shall contain a variation of six different types of music. 1.2.6. ENTERTAINMENT GUIDE/PRESIDENTIAL CINEMA LIBRARY GUIDE: 1.2.6.1. C-32/C-40 400 color brochures of film premiere(s) and musical selections per month specifically for C-32/C-40 fleet. Graphics provided. All information contained within the guide must match products delivered. Film selections shall include film preview, small color picture, running time, and rating. Music selections categorized by channel, song title, and artist. 1.2.6.2. SAM 25 color brochures of film premiere(s) only (no audio) per month specifically for Special Air Missions (the same guide used by C-32/C-40 fleet minus audio). Graphics provided. All information contained within the guide must match products delivered. 1.2.6.3. VC-25 400 color brochures of film premiere(s) and musical selections per month. Graphics provided. All information contained within the guide must match products delivered. Film selections shall include film preview, small color picture, running time, and rating. Music selections categorized by channel, song title, and artist. 1.2.7. BOARDING MUSIC: 1.2.7.1. C-32/C-40 Standard Phillips-type cassette recorded in 4-track, single direction format. Six (6) cassettes will be delivered to the C-32/C-40 fleet. Music will include a variation of soft sound, easy listening type music variety. 1.3. GENERAL INFORMATION. 1.3.1. The contractor shall employ his commercial quality control program/procedures to identify, prevent and ensure non-recurrence of defective services. Through implementation of contractor?s quality control program/procedures, the government shall receive quality services meeting the requirements of this contract. 1.3.2. QUALITY ASSURANCE: The government will evaluate the Contractor?s performance by feedback received through the end user customer. The government representative will evaluate the Contractors performance through receipt of customer complaints. 1.3.3. GOVERNMENT REMEDIES: The Contracting Officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (Feb 2007), for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. 1.3.4. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DoDI 3020.37. In the event the contractor is unable to perform his daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with contract requirements. 1.3.5. SPECIAL QUALIFICATIONS: The contractors employees, and if applicable subcontractors, shall have current and valid certifications or licenses IAW NFPA 72, 7-1.2.2 (1993 Edition). Chapter 2 SERVICES SUMMARY Performance Objectives -Provide movies for C-32/C-40, VC-25 and SAM; PWS Ref is 1.2.4.1 and 1.2.4.2; Performance Threshold is 100 percent of the time. Performance Objectives - Provide audio music for C-32/C-40 and VC-25; PWS Ref is 1.2.5.1 and 1.2.5.2; Performance Threshold is 100 percent of the time. Performance Objectives - Provide entertainment guides/presidential Cinema Library Guide; PWS Ref is 1.2.6.3; Performance Threshold is 100 percent of the time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2008); 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/89CONS/F1D1017256A003/listing.html)
 
Place of Performance
Address: 316 OG/OSS/OSTR 1240 Menoher Drive Andrews AFB MD
Zip Code: 20762
Country: UNITED STATES
 
Record
SN01528776-F 20080312/080310230204 (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.