Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

R -- Video Director Services

Notice Date
5/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue, Suite 270, Bolling AFB, District of Columbia, 20032
 
ZIP Code
20032
 
Solicitation Number
FA7012-08-T-0018
 
Response Due
5/23/2008 3:00:00 PM
 
Point of Contact
Dianne C Scott,, Phone: 202-767-8033, Richard A Jacobs,, Phone: 202-767-8101
 
E-Mail Address
dianne.scott.ctr@bolling.af.mil, richard.jacobs@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of modification 4 is to incorporate the following CLIN structure. All previous CLIN structures are hereby removed, and all other terms and conditions remain unchanged. 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. FA7012-08-T-0018. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20. The North American Industry Classification System code is 512110 at $27.0 M size standard. PERIOD OF PERFORMANCE: 02, 22-24 June 2008 and 04-08 August 2008. ESTIMATED QUANTITY: 9 days: LINE ITEM 0001) Pre-Production Meeting 02 Jun 08, Unit Price $__________ LINE ITEM 0002) Production Load-in 22 Jun 08, Unit Price $__________ LINE ITEM 0003) Cue-to-Cue Tech Rehearsal/Dress Rehearsal/Taping 23 Jun 08, Unit Price $__________ LINE ITEM 0004) Show & Taping 24 Jun 08, Unit Price $__________ LINE ITEM 0005) Editing in Post Production 4-8 Aug 08, Unit Price Per Session $_________, Total Price $__________. The awarding company need to be available 24hours a day on the specific days listed in the stated Period of Performance. INSPECTON AND ACCEPTANCE TERMS : Items shall be priced FOB Destination. Delivery/Acceptance will be at 20 MacDill Blvd., Suite 400, Bolling AFB, Washington D.C. 20032. "Notice to Offerors: " 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. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.237-1, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 1), and 252.225-7000. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.219-3, 52.223-6, 52.223-11, 52.224-1, 52.224-2, 52.232-18, 52.237-1, 52.237-2, 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), 252.223-7006, 252.225-7001, 252.232-7003, 252.232-7010, 52.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101. 5352.223-9001 and 5352.242-9000. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (DEVIATION) including the following sub-clauses, 52.222-3, 52.222-19, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All responses must be received by 3:00 P.M. Eastern Time (ET) on 23 May 2008. Quotes can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd., Bolling AFB, DC 20032-0101, faxed to (202) 767-7887, or emailed to the contract specialist below. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Dianne Scott, Contract Specialist, Phone (202) 767-8033, FAX (202) 767-7887, or email to dianne.scott.ctr.@bolling.af.mil, or Capt Richard Jacobs, Contracting Officer, Phone (202) 767-7978, or email richard.jacobs@bolling.af.mil. PERFORMANCE WORK STATEMENT Video Director Services for 2008 Veterans Day Broadcast Taping 1.1. Scope of Work: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items or services necessary to perform the Video Direction services of a USAF Band musical broadcast, except as specified in subparagraph 1.8. This broadcast will be taped for later release, approximately 90 minutes in length and will showcase at least 2 guest artists. The musicians will be USAF Band personnel. The audio and video crews will be private contractors. The show will be performed at the Strathmore located in the Rockville MD. 1.2. Director Services: The contractor shall provide original camera shots and switching based on the script and the artistic scope of the USAF Band Producer. The contractor shall be on site at the Strathmore for the duration of production (22, 23 and 24 June 08) and provide all services associated with directing an entertainment television special in accordance with standard commercial practices. The contractor shall be responsible for creating an edited off-line version of the program with an accompanying Avid project file for approval by the USAF Band Producer prior to on-line post production 4-8 August 08. The contractor shall be on site at the on-line post production facility 4-8 August 08. 1.3. Meetings: The contractor shall ensure that the director attend at a minimum, the production meeting at Bolling AFB, on 2JUN08. Key personnel shall be available, in person or via teleconference, for any additional meetings that may be required during the entire production period (2JUN08 through 8AUG08). 1.4. Production: All key personnel shall be on-site and available from 22,23 and 24 JUN 08 and 4 through 08 AUG 08 as determined necessary based on coordination with USAF Band Producer. During this period, specific rehearsal times, arrival times, and release times will be subject to change and the contractor shall meet the requirements necessary to fulfill the production expectations. The contractor shall ensure key personnel can be contacted immediately if an emergency meeting or change in schedule becomes necessary. Load-In 22 JUN 08 Cue to Cue Tech Rehearsal/Work Notes 23 JUN 08 Dress Rehearsal and Taping 23 JUN 08 Show and Taping 24 JUN 08 Editing in Post Production 04 AUG 08 - 08AUG 08 1.5 Minimum Qualifications of Personnel. The contactor shall meet the minimum qualifications as identified below 1.5.1 Director 1.5.1.1 Provide a resume reflecting at least twelve (12) years of professional experience as a director for video. 1.5.1.2 Professional experience as a director for live musical broadcasts. 1.5.1.3 Provide a minimum of two (2) examples of professional work in the form of video. 1.5.1.4 Provide three (3) references. 1.8. General Information 1.8.1 Coordination with Other Contractors. The government may award or have existing contracts for additional work not prescribed in this contract, but directly related to the outcome of the broadcast. The service provider shall fully cooperate with other contractors and shall not commit or permit any act that will interfere with the performance of work by any other contractor. Any conflicts shall be addressed immediately to the Contracting Officer and the USAF Band Producer. 1.8.2. 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. 1.8.3. 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. 1.9. Personnel Security 1.9.1. The contractor shall ensure compliance with all federal, DoD, AF, and Bolling AFB vehicle identification policies for contractor-owned vehicles. 1.9.2. The contractor shall obtain proper identification badges for access to Bolling AFB, for the duration of the contract. 1.10. Travel, Meals, Lodging and Incidental Expenses. The service provider shall be responsible for making all travel and lodging arrangements. Government transportation and lodging will not be made available. The service provider is responsible for all associated expenses. 1.11. Rights and Royalties: All rights and royalties resulting from the production of this musical will 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5af99d7af5231c668c56a6886460d71&tab=core&_cview=1)
 
Place of Performance
Address: 11th Contracting Squadron/LGCO, 20 MacDill Blvd., Bolling AFB, District of Columbia, 20032-0101, United States
Zip Code: 20032-0101
 
Record
SN01574997-W 20080518/080516220216-b5af99d7af5231c668c56a6886460d71 (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.