Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

99 -- 2010 JSOH Mobile Screens

Notice Date
4/12/2010
 
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, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D0220081A002
 
Archive Date
5/6/2010
 
Point of Contact
Marcus A. Miller, Phone: (301) 981-6992, D'Jaris R Gladden, Phone: (301) 981-2307
 
E-Mail Address
marcus.miller@afncr.af.mil, d'jaris.gladden@afncr.af.mil
(marcus.miller@afncr.af.mil, d'jaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
2010 JSOH Mobile Screens 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; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D0220081A002 is being issued as a Request for Quote (RFQ) using the Simplified Acquisitions Procedures in accordance with FAR Part 13 guidelines. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. 2. This solicitation has been set aside 100% for a small business; all responsible sources may submit a proposal. The North American Industry Classification System (NAICS) code is 512110 and the business size standard is $27.0M. 3. The Government will award a firm fixed price contract for media/advertising services for the 2010 Joint Service Open House (JSOH) and is procuring the following: Contract Line Item 0001: Quantity/Units- 1 Lump Sum Item description: Jumbo Screens for 2010 JSOH IAW the Statement of Work (SOW). Joint Service Open House Mobile LED Screens The contractor shall provide the requirements outlined below for use on Joint Base Andrews, MD for the 2010 Joint Service Open House event from 14 May through 16 May 2010. All requirements must be in place no later than 12 Noon EDT, 13 May and removed immediately following the event on 16 May 10. Requirement Two (2) Self-contained, self-powered screens, truck based not modular construction with rigging. Screens should be 16' x 9' format, or capable thereof. Screens should be suitable for outdoor/daylight viewing, with viewing angles of 135° horizontal and 60° vertical IP 65 Certified - Weatherproof and Waterproof. Screens should have top and side banner capabilities. Wireless transmission from screen to screen, or control room to screen(s). Minimum Productions Specifications: Cameras/Cabling 2 - Broadcast HD Color Cameras, studio configuration, Camera Control Units, Double Muff Headsets (i.e. Sony HXC-100 HD) 1 - Zoom lens 55X or better 1 - Zoom lens 35X or better 2 - Heavy-duty camera tripods and fluid heads (Vinten Vector 700) Triax camera cable totaling 1500' in multiple sections Announcer Camera - Remote controlled. Must support cable length of 900' (i.e. Sony BRC-H700 HD 3CCD Color Video Camera w/ controller) Heavy-duty utility stand with mounting plate for Announcer Camera Announcer Camera must be able to be positioned within 10 feet of the Air Show Announcer Production Control Room HD Capable Live Video Switcher with at least six (6) inputs (i.e. Panasonic AV-HS400 HD) HD Monitors and Video Signal scopes (i.e. Leader LV5750 Multi HD/SD WF/Vectorscope, and NEC M40 Multeos 40" LCD Monitor) Audio and Video Distribution Amps to feed recording, screens and other optional outputs HD/HDV Recorder (i.e. Sony HVR-1500A HDV Recorder) Audio Mixing Console - 12 Channels (i.e. Mackie or Fostex) Speakers for monitoring audio in control room Video/Audio playback - Broadcast quality - on demand (i.e. Daktronics V-Play or Computer connectivity) Communication between Control Room and Cameras, and other support personnel (i.e. Clearcomm or Telex) PERSONNEL Producer/Director - Must have at least three (3) years experience working with live production at air shows that have at least 75,000 attendees. Must be able to show examples of work from past shows. Camera Operators: two (2) - Must have three (3) years experience in sports or aviation experience and provide references Video playback/recording operator - Must have experience in live production playback of video and graphics Broadcast Engineer - Must have at least five (5) years experience in broadcast engineering with live event production or broadcast television station. Screen technicians - Authorized technicians capable of setting up, maintaining and tearing down video screens provided by the screen company. Contractor must submit personnel resume/qualifications with proposals. GENERAL INFORMATION Contractor must provide transportation to Joint Base Andrews NAF Washington for all crew and personnel The Joint Service Open House/ Government will provide lodging for all crew and personnel with individual rooms for each. Place of Performance: Joint Base Andrews (NAF) Washington, MD 20762. Period of Performance from 13 May 2010 to 16 May 2010. FOB: Destination 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All 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/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). 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). 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: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation -- Commercial Items; 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 (Dec 2009), 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 2009); 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(May 2008); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2008); 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 (Nov 2009), 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 (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006) 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) (Sep 2007). 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 (Aug 2007). The following local clauses apply to this acquisition: 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; and 316CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). 5. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote whose offer conforms to the combined synopsis/solicitation and represents the best value to the Government, price and other factors considered. Factors evaluated include: price; technical capability of the item offered to meet the Government requirement; and prior experience for this type of work. Award may be made to other than the lowest priced offer. The government intends to make award (offer) to the responsive firms without discussions; prospective offers are advised to submit their best offer prior to proposal closing date of 21 Apr 2010, 12 Noon, EDT; however, the Government reserves the right to conduct discussions. The Government reserves the right to enter into an agreement with other than the lowest priced offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in their offer. 7. All solicitation questions must be received via electronic mail (email) to points of contact; Lt Marcus Miller via email at marcus.miller@afncr.af.mil and/or Ms D'Jaris Gladden at djaris.gladden@afncr.af.mil no later than 12:00 PM EDT, 15 April 2010. 8. All quotes must be received no later than 12:00 PM EDT, 21 April 2010. Quotes may be emailed to the above points of contact or sent by facsimile (fax) at 301-981-1907.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D0220081A002/listing.html)
 
Place of Performance
Address: Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02119500-W 20100414/100412234950-422a5c887c059862992fad4f60497148 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.