Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

T -- Video Crew

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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-0027
 
Response Due
5/30/2008
 
Point of Contact
Vivienne L Clarke,, Phone: 202-767-8039
 
E-Mail Address
vivienne.clarke@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. This solicitation is issued as a Request for Proposal (RFP) No, FA7012-08-T-0021. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-24. This is set aside for 100% small business. The North American Industry Classification System code (NAICS) is 512240, with a size standard of $6.5 million CONTRACT LINE ITEM: 0001: NON-PERSONAL SERVICES for A VIDEO CREW Per SOW, UNIT Price Per Day: ___________, Extended Price: ___________. STATEMENT OF WORK FOR Video Crew for Strathmore 1.0. DESCRIPTION OF SERVICES 1.1. This is a taped event for later broadcast at the Strathmore Concert Hall in Rockville MD. The audio shall be captured by a dedicated truck to be provided by the USAF. The Vendor shall operate video production equipment provided by the USAF. The Vendor shall provide appropriate number of trained persons and equipment (see list below) necessary to accomplish all numbered items listed in the Statement of Work. This requirement does not include post-production. 2.0. GOVERNMENT FURNISHED PROPERTY AND SERVICES 2.1. None 3.0. GENERAL INFORMATION 3.1. Equipment 3.1.1. Vendor shall provide the following professional quality equipment.1-18' Camera jib with all necessary cabling and components to mount and operate an Ikegami HDK-79EC Handheld camera or equivalent. Any substitution of gear must be approved in writing by the USAF Band Producer 3.2. Labor Call to include the following: 1 - Contractor/Crew Chief to coordinate all crew and liaison between production crew, director and the USAF. 1 - Senior Engineer (EIC) representing the USAF 1-Technical Director- must have 3- 5 years experience switching live music programs and working with shot sheets 9 - Camera Operators - 6 camera operators must have at least 2 years of documented experience with live music programs, reading shot sheets and operating HD cameras. 2 handheld camera operators must have the above experience and also handheld experience. 1 - Jib Operator - same experience as camera operators 1 - Senior video operator with HD experience 1 - Assistant video operator with HD experience 2 - Video tape operators 1 - Audio Operator 3.2. Hours of Operation/Schedule: 3.2.1. The tentative production schedule is as follows: Load-In 22 JUN 08 0800-1700 Cue to Cue Tech Rehearsal/Work Notes 23 JUN 08 0800-1200 Dress Rehearsal and Taping 23 JUN 08 1300-1700 Show and Taping 24 JUN 08 1300-2200 Load-Out 24 JUN 08 2200 3.3. General Information 3.3.1.. Vendor shall perform the service at the Strathmore. 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 bid. All vendors shall attend a production meeting prior to 02JUN08 at Bolling AFB to discuss the production. 3.3.2.. The Vendor shall provide examples of work. Examples should represent the Vendors ability to shoot and switch a live musical production. The acceptable format is DVD. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractors performance under this contract. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions Commercial Items (FEB 2002), for contractors failure to perform satisfactory services or failure to correct nonconforming services. INSPECTION AND ACCEPTANCE TERMS: Supplies will be inspected and accepted at destination/government. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items are hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1: 52.252-5: (b) DFARS (Chapter 2). In accordance with 52.212-1 (h) multiple awards will be considered if determined to be most advantageous to the Government. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. The Government will select the best overall offer based on technical capability (SOW 3.4 through 3.7), past performance (SOW 3.8) and price. Technical capability and past performance, when combined, are more important than price. Proposals shall be rated as follows: "Exceptional", exceeds specified minimum performance or capability necessary for acceptable contract performance, "Acceptable", meets specified minimum performance or capability necessary for acceptable contract performance, "Marginal", does not clearly meet some specified minimum performance requirements necessary for acceptable contract performance or "Unacceptable", fails to meet specified minimum performance or capability requirements. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. 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, 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, 52.232-1, 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, 252.223-7006, 252.232-7003, 252.232-7010, 252.243-7001, 5352.223-9001, 5352.242-9000, 5352.201-9101 and 5352.223-9001. 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, 52.222-41, 52.225-3, 52.232-33, 52.233-3, and 52.233-4. All responses (proposals or offers) must be received by mail, email, or facsimile no later than 2:00 P.M. EST on 30 May 2008 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032. An official authorized person 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. Questions concerning this solicitation should be addressed to Ms Vivienne Clarke, Contracting Officer, (202) 767-8039, FAX (202) 767-7887, email vivienne.clarke@bolling.af.mil, or Ms Vivienne Clarke, Contract Specialist, Phone (202) 767-8039, or email vivienne.clarke@bolling.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e10aee5eab22fc32077565e88804d07a&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC, United States
 
Record
SN01579596-W 20080524/080522221237-e10aee5eab22fc32077565e88804d07a (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.