Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

L -- Strathmore Lighting Services

Notice Date
5/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
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
FA7012-10-T-0022
 
Archive Date
5/22/2010
 
Point of Contact
Monica L. Ceaser, Phone: 202-767-7979, Nicholas Fisher, Phone: 202-767-8033
 
E-Mail Address
Monica.Ceaser.ctr@afncr.af.mil, nicholas.fisher@afncr.af.mil
(Monica.Ceaser.ctr@afncr.af.mil, nicholas.fisher@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 FA7012-10-T-0022. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. The North American Industry Classification System code is 711510 with a business size standard of $7.0 million. The proposed contract is 100 percent set-aside for small business. CONTRACT LINE ITEMS: 0001: Non-personal Service: The contractor shall furnish all trained personnel, equipment, and services necessary to perform lighting services for the United States Air Force (USAF) Band in accordance with the statement of work. This is a taped event for later broadcast. Load-in shall take place on 10 May at the Strathmore in Bethesda MD 20852-3385. The period of performance is from 10 May 2010 through 15 May 2010. QTY: 1 LOT, UNIT PRICE: $_________, EXTENDED AMOUNT: $_________. 1.0. DESCRIPTION OF SERVICES. 1.1. SCOPE OF WORK. The contractor shall furnish all trained personnel, equipment, and services necessary to perform lighting services for the United States Air Force (USAF) Band. This is a taped event for later broadcast. Load-in shall take place on 10 May at the Strathmore in Bethesda MD. 1.2. PRODUCTION SCHEDULE. All services shall occur at The Music Center at Strathmore 5301 Tuckerman Lane Bethesda, MD 20852-3385. The schedule is as follows: 10 May 2010 0800 until 1700, Load In 11 May 2010 0800 until 2200 12 May 2010 0800 until 1700 13 May 2010 1000 until 2300 14 May 2010 1300 until 0300 on 15 May, Load Out 1.3. CONTRACTOR FURNISHED ITEMS AND SERVICES. 1.3.1. LIGHTING PLOT. The contractor shall provide a lighting plot in AutoCAD format based on the lighting design he shall obtain from John Meek at Production Companies Incorporated, 713-840-7575 ext. 16. The lighting plot shall include an instrument schedule, channel hook-up, fixture sheet, and all other necessary documents necessary to execute the lighting design. 1.3.2. EQUIPMENT LIST: ATTACHMENT 1.3.3. EQUIPMENT MANAGER. Contractor shall provide an onsite supervisor to handle all technical issues that may arise for all equipment used in this contract. 1.4. GENERAL INFORMATION. 1.4.1. GOVERNEMNT 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. 1.4.2 CONTRACTOR REQUIREMENTS. 1.4.3 CONTRACTOR EMPLOYEES. The contractor shall provide qualified and trained employees for all equipment used in this contract. 1.4.4. 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. 1.4.5. 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. 1.4.6. 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 shall be accepted at Strathmore Hall, Bethesda, MD 20852-3385. 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: 52.211-6, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 52-222-22, 52.222-25, and 252.225-7000. 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, 52.214-31(f)(1) fax# (202)767-7887, 52.214-34, 52.214-35, 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, 52.222-43, 52.222-50, 52.223-5, 52.232-33, 52.233-3, and 52.233-4. 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 questions must be received by 12:00 P.M. Eastern Standard Time (EST) on 5 May 2010 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by facsimile or e-mail to monica.ceaser.ctr@afncr.af.mil. All quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 7 May 2010 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to monica.ceaser.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Monica Ceaser, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887 or e-mailed to monica.ceasaer.ctr@afncr.af.mil or Nickolas Fisher, Contract Specialist, Phone (202) 767-8033, FAX (202) 767-7887 or e-mailed to nickolas.fisher@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7012-10-T-0022/listing.html)
 
Place of Performance
Address: 5301 Tuckerman Lane, North Bethesda, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02138507-W 20100505/100503234602-6e891bdaf9ead65b91f62e4f582be94f (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.