Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

T -- Video Truck Services for USAF Band

Notice Date
4/17/2009
 
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, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA7012-09-T-0024-Combo
 
Archive Date
5/12/2009
 
Point of Contact
Anthony Vaughn,, Phone: 202-404-8342, Shawntara S. Govan,, Phone: 202-404-8343
 
E-Mail Address
anthony.vaughn.ctr@afncr.af.mil, shawntara.govan@afncr.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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) and the reference number is FA7012-09-T-0024. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The North American Industry Classification System code is 512110 with a business size standard of $29.5 million. The proposed contract is 100 percent set-aside for small business. CONTRACT LINE ITEMS: 0001: Nonpersonal Services: The contractor shall furnish personnel, equipment, materials and transportation necessary to provide a video truck service for the United States Air Force (USAF) Band Veteran's Day Broadcast taping. The contractor services shall be performed at the Strathmore Hall, Bethesda, MD 20852-3385, in accordance with the statement of work (SOW). The period of performance is from 8 May 2009 through 17 Jun 2009. QTY: 1 LOT, UNIT PRICE: _________, EXTENDED AMOUNT: _________. STATEMENT OF WORK High Definition Video Production Truck for Veteran's Day Broadcast Taping 1.0. DESCRIPTION OF SERVICES. 1.1. SCOPE OF WORK. The Contractor shall furnish all personnel, equipment, materials, and transportation necessary to provide a Video Production Truck service for the USAF Band musical broadcast. This is a taped event for later broadcast. The audio shall be captured by a dedicated sound recording truck provided by a separate contractor performing during the broadcast. The Contractor shall generate time code to be sent to the audio truck for post production. The audio shall then be edited and mixed by the government and provided to a Post Production Contractor along with the video masters for use in the final broadcast product. The Contractor shall provide the finished Masters in HDCam Format. This is mandatory as the masters must conform to the same standards as the post production requirements. The post-production of the event shall occur through a separate contract. Any substitution of equipment must be approved in writing by USAF Band Producer. 1.2. VIDEO PRODUCTION TRUCK SERVICES. The taping of this event requires a broadcast quality High Definition (HD) 1080i expandable mobile production truck with adequate space for a director, staff and crew provided by a separate contractor consisting of a minimum of 10 persons. This production requires at least six studio configured and 4 handheld cameras (one HH to be used on jib, one HH to be used on Steadi-Cam), eleven HDCam recorders (program and camera isos), and two DVD recorders (letterboxed SD down convert of program w/TC burn-in lower right). The mobile truck contractor shall be provided a two channel reference audio mix from the separately contracted Audio Production Truck. Contractor shall provide the following specific broadcast quality equipment. 1.3. MEETINGS. The contractor shall ensure that key personnel attend the production meeting on 8 May 09 at the Strathmore. Key personnel shall be available, in person or via teleconference, for any additional meetings that may be required during the entire production period 14 Jun 09 - 17 Jun 09. 1.4. PRODUCTION. All key personnel shall be on-site and available from 15 - 17 Jun 09 as determined necessary based on coordination with USAF Band Producer. During this period, specific rehearsal times, arrival times, and release times shall 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. All meetings and services shall occur at The Music Center at Strathmore, 5301 Tuckerman Lane, Bethesda, MD 20852-3385. The schedule is as follows: Production Meeting 8 MAY 09 1000 Load-In 15 JUN 09 0800-1700 Cue to Cue Tech Rehearsal/Work Notes 16 JUN 09 0800-1800 Dress Rehearsal and Taping 16 JUN 09 1900-2300 Show and Taping 17 JUN 09 1300-2300 Load-Out 17 JUN 09 2300 1.5. CONTRACTOR FURNISHED ITEMS AND SERVICES. Except for those items or services specifically stated as Government Furnished Property/Services at paragraph, the contractor shall furnish everything required to perform this contract. 1.5.1. Video Production Truck Size Limitations. The contractor shall provide one (1) HD 1080i truck that does not exceed 60' in length due to venue dock limitations but can accommodate a video crew of 11 to be provided by the government. A B-unit is acceptable for load-in and out, however due to production limitations there is not parking in the same lot for the run of the show. 1.5.2. Signal Distribution Requirements. The contractor shall provide switching requirements for acquisition on a program of this nature are relatively simple. The mobile unit shall have the capability to hard route isolated camera feeds to all tape machines as needed. 1.5.3. Production Switchers. The contractor shall provide two production switcher panels (multi-panel resource sharing) are required to switch all camera and tape sources to provide for Program line recording from the TD's primary control panel while a second TD will switch and mix sources for display on large screens (IMAG) for the audience in the theatre. A minimum of 30 switcher inputs will be required. The primary switcher should be configured with at least two M/Es in addition to program and preset busses. The secondary panel should have at least 1 M/E and a program/preset bus. IMAG switching must be completely independent of production switching with the IMAG switcher being placed on the middle desk in the production control room. 1.5.4. Switching and routing. The contractor shall also include at least 4 routable utility or aux switchers. 1.5.5 Video camera's systems. The contractor shall be able to produce a true HD image that is 1920 by 1080 native resolution. At a minimum there shall be 7 studio configuration kits with pan handle mounted focus and zoom controls. While the government provided director will provide final lens specifications, it is anticipated that 6 lenses will have zoom/focal length ratios of approximately 70x9.5. At a minimum, 4 of the lenses shall be wide angle with zoom/focal length ratios of 10x4.8. Each camera shall have a dedicated CCU. One of the cameras shall be capable of mounting and be operated from a 9' to 18' jib provided by the government. One of the cameras shall be capable of mounting to and be operated from a Steadi-Cam camera stabilization system also provided by the government. Due to production requirements cable runs and schedule, triax camera cables are preferred. 1.5.6. Video Playback and Record Decks as follows. The contractor shall provide the following video playback and recording decks: a. 11xHD Cam Recorders b. 1xEVS 4 channel system c. 1xBetaSP recorder d. 2xDVD recorder e. Accommodation for government supplied DVCPRO deck for ingesting program segments. 1.5.7. Audio system. The contractor shall provide an audio system to be used primarily for distribution of the mixed 2 channel reference recording to all recording devices. The mobile unit should have the necessary mixing and distribution equipment to provide control room monitoring and related distribution. 1.5.8. Communications. The contractor shall provide the following to include but not limited to: a. 1x Interface as needed to utilize venue's (Strathmore) house intercom system b. 1xIntercom system w/ 96x96 matrix; 12 ch TW icm; c. One 12 channel IFB system d. One 8 channel UHF 2-way radio system 1.5.9. Power Distribution. The contractor shall provide one 208V Power Distro Breakout and all necessary feeder cables and tie-ins compatible with venue. 1.5.10. The contractor shall furnish and operate the following cables, accessories and parts due to production limitations as a minimum: a. Ten (10) Broadcast Quality Down convertors b. Ten (10) Broadcast Quality Up convertors c. Ten (10) 500' Mini-Triax d. Ten (10) 250' Mini-Triax e. Ten (10) 100' Mini-Triax f. Two (2) 500' DT-12 Audio Mult g. Six (6) 250' DT-12 Audio Mult h. Six (6) 100' DT-12 Audio Mult i. Four (4) 125' 5-wire Coax Loom j. One (1) 250' 10- wire Coax Loom k. One (1) 100' 6-wire triax harness l. Five (5) Triax Coax Adapters (sets) m. 150ft. Power Cable n. Assorted Single line Coax & XLR cables o. One (1) 300' cable runs for 6 color monitors: 6 - 13" Color Monitors 6 - 9" Color Monitors 1 - 9" B&W Monitor p. Outboard Monitors. Final placement will be determined on site 1.6. GENERAL INFORMATION 1.6.1. Government Remedies. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items, for contractor's failure to perform satisfactory services or failure to correct nonconforming services. 1.6.2. Recognized Holidays. Memorial Day and Independence Day 1.6.3. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. 1.6.3.1. Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card and submit them to Security Forces, Pass and Registration. Vehicle registration, proof of insurance and a valid driver's license must be presented for all vehicles to be registered. The contractor must submit a complete list of all employees performing on this contract through the Contracting Office to the Security Forces. Lost vehicle and entry passes shall be reported immediately to Security Police and the government representative. 1.6.3.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. 1.6.4. Contractor Requirements. 1.6.4.1. Contractor Employees. The contractor shall provide qualified and trained employees for all equipment used in this contract. The maintenance operators, an engineer, and driver shall have a minimum of three years experience of professional experience operating equipment on truck. The contactor shall provide with quotation resumes/certifications substantiating the qualifications of employees' performance for this contract. 1.6.4.2. The crew chief and control of contractor employees in the performance of this contract shall be the responsibility of the contactor, to coordinate between crew, director, and the USAF, however, the contractor shall comply especially with the contract requirements and Bolling Air Force regulations concerning conduct of employees. 1.6.4.3. 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. 1.6.5. 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. 1.6.6. RIGHTS AND ROYALTIES. All rights and royalties resulting from the production of this musical 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. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected and accepted by a Government Representative upon renderance of service. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-1 is as follow: 52.214-31(f)(1) fax# (202)767-7887, 52.214-34, 52.214-35, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2) and 252.225-7000. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will select the best overall offer based on the Past and Present Performance, Technical Capability, and Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government. Past Performance is equally as important as the Technical factor. Past Performance and Technical, when combined, are more important than price. The government seeks to award to the offeror who best meet or exceed the requirements affordably. A decision on the technical acceptability of each offeror's quoted shall be made. Only those offerors determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. A rating of unacceptable will render the entire proposal unacceptable. The Government will determine technical acceptability as described by the evaluation factors. In making this decision, the Contracting Officer will integrate the evaluation team's evaluations of the evaluation factors. While the evaluation team and the Contracting Officer will strive for maximum objectivity, the selection process, by its nature, is subjective and, therefore, professional judgment is implicit throughout the entire process. Evaluation Factors: 1. Technical Factor: Trained Contractor Personnel: The standard is met when adequate resumes/certifications for key personnel are provided with sufficient information indicating personnel education, experience as well as any other information relative to performance of this contract. The extent, depth and quality of the key personnel's relevant work experience, as well as the quality and applicability of their education technical experience and professional development as they relate to their proposed position in performance of the contract shall be evaluated. The following technical evaluation factors will be evaluated and rated according to the chart listed below: Rating Definition Acceptable Acceptable - meets minimum mandatory requirements. Unacceptable Unacceptable - does not meet minimum mandatory requirements. 2. Past Performance Factor: A) Given the critical need to guard against poor contract performance, the past and present performance evaluation factor will assess the relevance and breadth of the Offeror's experience provided by (1) the references from the offeror and (2) data independently obtained from other government and commercial sources. (B) The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFP, based on the offeror's demonstrated past and present performance. The past evaluation will assess the offeror's record of providing high quality services in a timely manner; conforming to specifications and the standards of good workmanship; adhering to contract schedules. Provide a list of at least two (2), but no more than four (4), of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years that demonstrate your ability to perform the proposed effort. 3. Price Factor: This factor will evaluated the cost proposal to determine price analysis and price reasonableness of the proposed total evaluated price. Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. This may be ground for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. By signing its offer, the offeror certifies that the price stated on the CLIN includes an appropriate apportionment of all costs, direct and indirect, overhead, and profit. Review of the offeror price data will consist of an analysis to determine the following: (A) Price Analysis. All cost and financial information required by this RFQ and amendment (s) there to have been submitted. One or more of the following techniques may be used to perform price analysis. (1) Comparison of proposed prices received in response to the solicitation. (2) Comparison if prior proposed prices and contract prices with current proposed prices received for the same or similar end items. (3) Comparison of proposed prices with Independent Government Estimates (IGE). (B) Price Reasonableness. Each quotation will be evaluated to determine whether the government considers the proposed price to be reasonable. The government will evaluate price reasonableness in relation to commercial or market price lists, IGCE, or any other information used as a basis for comparison. (C)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. 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. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, "Offeror Representations 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 Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.204-7, 52.223-5, 52.223-6, 52.237-2, 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, 252.232-7006, 252.246-7000 and 252.247-7023 Alt III, 252.225-7001, 252.225-7002, 252.232-7010, 252.243-7001, and 5352.242-9000: (c) Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762 Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-21,, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-5, 52.232-33, 52.233-3, 52.233-4 and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Monetary Wage-Fringe Benefits: Truck Driver, Light WG-6 $19.02 Maintenance Helper WG-5 $17.42 Engineering Tech III GS-5 $15.94 The incorporated Wage Determination 2005-2103, dated March 16, 2008, revision 7 is applicable. The web site is http://www.wdol.gov. To be eligible for an award, all contractors 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. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 4:00 P.M. Eastern Standard Time (EST) on 27 April 2009 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Anthony Vaughn, Contract Specialist, Phone (202) 404-8342 FAX (202) 767-7887 or e-mailed to anthony.vaughn.ctr@afncr.af.mil or Shawntara Govan, Contract Manager, Phone (202) 767-7978, FAX (202) 767-7816 or e-mailed to Shawntara.Govan@afncr.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66cf5f70bc8db4f10091aeb208658be9&tab=core&_cview=1)
 
Place of Performance
Address: The Music Center at Strathmore, 5301 Tuckerman Lane, North Bethesda, Maryland, 20852-3385, United States
Zip Code: 20852-3385
 
Record
SN01795636-W 20090419/090417215533-66cf5f70bc8db4f10091aeb208658be9 (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.