Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
MODIFICATION

W -- Air Show Audio for Shaw AFB - Amendment 1

Notice Date
1/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-10-Q-A045
 
Archive Date
1/27/2010
 
Point of Contact
Barbara V. Bonnette, Phone: 8038955347, Ronald P. Alexander, Phone: 8038955392
 
E-Mail Address
barbara.bonnette@shaw.af.mil, ronald.alexander@shaw.af.mil
(barbara.bonnette@shaw.af.mil, ronald.alexander@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW dated 7 Jan 2010 to incorporate changes to wording for lodging. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 being issued as a Request for Quotation (RFQ). Submit only written quotations for FA4803-10-Q-A045. This acquisition is for Full and Open Competition. The associated NAICS code is 532490 with a $7M size standard. This RFQ contains 1 line item. The line item description is as follows: CLIN 0001 Contractor will provide Public Address (PA) and Audio Services for the ShawFest Air Show at Shaw AFB IAW the following STATEMENT OF WORK. Description of Requirement. Shaw AFB (SAFB) has a requirement for Public Address (PA) and audio during the Team Shaw Air Show. On 7-9 May 2010, the Air Show will showcase the Air Force Thunderbirds' aerial demonstration team as well as various airframes from throughout the world. The services required will provide for any and all relative accommodations necessary to deliver quality sound engineering and sound performance for approximately 50,000+ spectators in the general crowd box and vendor booth areas. Additional audio support will be required for approximately 100 Distinguished Visitors (DV) located in a pavilion which will be positioned near the center of the general crowd box. Service and support is also required for a professional announcer. An Event Coordinator or Project Manager will be required to work closely with the Air Show Coordinator, Air Boss, Ground Boss, Thunderbirds' liaisons and /or Points of Contact (POCs), chief of security, emergency managers, and lead planners from SAFB overseeing volunteers, DV hospitality and the first aid center. All assets provided by the contractor will be sited to conform to site plans and schedules. Public Address Systems. The contractor shall provide all equipment rental, labor, materials, operation, coordination, and transportation necessary to deliver quality audio service and support for the general crowd area measuring approximately 3000' - 5000' long x 300 - 500 wide' containing approximately75,000+ spectators, and a separate audio system for DV area measuring 100' x 100' to accommodate 100 visitors. The contractor shall engineer, set up, install, interface, test, operate and remove all PA systems required to support audio delivery to the general area as well as the DV pavilion. The contractor shall utilize a central control system that interconnects with remote/auxiliary PA systems/areas via Radio Frequency (RF) link in lieu of cabling. The contractor shall provide a central control system that shall contain, at a minimum, one 12 channel (or greater) powered mixer, three wireless handheld microphones (two in use and one backup), RF Link equipment, one dual or multi disc CD player, one press/media box and power supplies. Additionally, a standalone generator or generators capable of handling the equipment load, as well as the fuel required to support the generator throughout the Air Show will be required. The contractor shall provide Remote and/or Auxiliary PA Systems that shall consist of, at a minimum, one 5 channel (or greater) powered mixer, one 4,000 watt stereo amplifier, four 1,200 watt 2-Way Full Range speakers, RF Link equipment, power supplies, speaker supports that DO NOT present a "Falling Hazard", and protective coverings/canopies for the equipment. Additionally, a standalone generator or generators capable of handling the equipment load, as well as the fuel required to support the generator throughout the Air Show will be required. The contractor shall provide a DV pavilion audio system that is interoperable with the central control system AND operate as a standalone system as well. The DV pavilion audio system shall contain at a minimum, a podium, wireless microphone, 150 watt stereo amplifier, and two 150 watt Full Range speakers. The contractor shall ensure speaker positioning is accomplished in a manner that provides complete coverage for the 100'x100' shelter AND have audio levels that are not obtrusive to the spectators in the DV pavilion. The contractor shall provide and operate a standalone generator capable of handling the equipment load, as well as the fuel required to support the generator throughout the Air Show will be required. The contractor shall coordinate with the Air Force Thunderbirds' PA Support team, and adhere to the support and interface requirements outlined in Chapter 6 of the USAF Thunderbirds' Support Manual for 2010. The contractor shall permit as well as assist with interfacing PA systems with the Air Force Thunderbirds' equipment as required for show demonstration and/or in the case of emergencies. Audio Production. The contractor shall work closely with SAFB Air Show Coordinators, Air Show Narrator and the 20th Wing Public Affairs office to produce/develop an Air Show script. The contractor shall become familiar with and adhere to Air Show script milestones, timelines and objectives. Manpower. The contractor shall provide sufficient manpower to engineer, support and sustain the Public Address Systems, Audio Production and Logistics Support activities outlined in this document. Additionally, the contractor shall provide manpower for event coordination/project management as well as administrative support functions. Place of Performance. Execution of work required to support the Team Shaw Air Show will occur on Shaw AFB proper. The contractor shall be permitted to pre-configure equipment and perform necessary pre-event preparation "off site" prior to the actual event. Contractor provided assets shall be sited to conform to site plans and schedules. Period of Performance. Planning and coordination with the Air Show Coordinator, Air Boss, Ground Boss, Public Affairs and/or designated representatives will begin within 72 hours of contract award. Air Show preparation has been scheduled for 7 May 2010 from 0800L to 1600L. On 7 May 2010 the Team Shaw Air Show will begin at 0800L for those personnel who reside on base. At approximately 0900L the Air Show will begin for the general public, and will continue with minimal interruptions until 1600L. Approximately 1.5 hours has been allotted for post Air Show equipment teardown and recovery efforts. Contractors Liability Insurance. The contractor shall maintain personal liability insurance. Lodging. The contractor will not charge the government for lodging; one non-smoking room will be provided by Shaw AFB. For evaluation purposes, the contractor is required to list in the proposal the number of additional rooms needed and these cost will be added to the proposal cost at the max lodging rate of $70.00 per room per day of stay. This will determine the total proposal cost for evaluation purposes only. Transportation. Shaw AFB will provide one automobile upon arrival and for the duration of the Shaw AFB ShawFest 2010. End Item Description. FOB point is Destination. The period of performance is 7 May 2010- 9 May 2010. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of price, AND recent and relevant past performance with DOD air shows with attendance over 50,000, within 3 years of the date of this issuance. Quotes must be signed, dated and submitted by 12 JANUARY 2010, 1200 pm, Eastern Standard Time (EST) to the 20th Contracting Squadron/LGCA, Attn: Barbara Bonnette, Contracting Officer, Commercial Phone 803-895-5347, Fax 803-895-5339, E-mail barbara.bonnette@shaw.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Barbara Bonnette, Contracting Officer, Phone 803-895-5347, Fax 803-865-5339, barbara.bonnette@shaw.af.mil Email your questions to Barbara Bonnette at barbara.bonnette@shaw.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-10-Q-A045/listing.html)
 
Place of Performance
Address: Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02037502-W 20100109/100107235941-65d30536ea93414ba40c44717eb6f51e (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.