Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SPECIAL NOTICE

X -- INTENT TO AWARD

Notice Date
6/14/2010
 
Notice Type
Special Notice
 
NAICS
711310 — Promoters of Performing Arts, Sports, and Similar Events with Facilities
 
Contracting Office
Fort Myer DOC, Bldg 205, Room 213, 204 Lee Avenue, Fort Myer, VA 22211-1199
 
ZIP Code
22211-1199
 
Solicitation Number
W91QF710R0034
 
Archive Date
9/12/2010
 
Point of Contact
Richard L. Taylor, 7036967062
 
E-Mail Address
Fort Myer DOC
(richard.taylor1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command-Myer Directorate of Contracting has a requirement for the rental of an arena in Pittsburgh Pennsylvania to support 2010 The U.S. Army Sprit of America Event. MICC-Myer DOC intends to award a sole source firm fixed price contract to SMG/Mellon Arena,300 Conshohocken State Rd STE 450, Conshohocken PA 19428-3801. This will be an unrestricted requirement. A sole-source, firm-fixed price contract is anticipate awarded under FAR 6.302-1. The applicable North American Industry Classification System (NAICS) code is 711310 with a size standard of $7,000,000. The Standard Industrial Classification code is 7922. A Justification and Approval for Other Than Full and Open Competition has been prepared. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.All responsible sources may submit an offer, however, only services meeting the Armys requirements will be considered for award. MICC-Myer DOC will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine that a solicitation will be issued. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement listed below to Mr. Richard L. Taylor via email at richard.taylor1@us.rmy.mil or fax to (703) 696-7062, or by mail at the following address: 101 Bloxon stree STE 213A BLDG 205, Fort Myer,VA 22211. The Capability documentation should include general information and technical background describing in detail arena rental that will demonstrate the ability to support this requirement. Additionally, it should include the address, point of contact (POC), telephone number, fax number, e-mail address. All responses are due by 12 PM (Eastern Standard Time) on Tuesday, June 22, 2010. Performance Statement of Work Spirit of America Arena facility rental and support services In Pittsburgh, PA 1. Rental of facility and production services. 1.1. The US Army Military District of Washington (MDW) is planning the 2010 Spirit of America Pageant during the period 6 to 12 September 2010 in Pittsburgh, PA as a major element of the U.S. Armys community relations. 1.2. The contractor will provide use of staging and audience viewing areas for the period 6 to 12 September 2008 in accordance with the following schedule. September 6-12: Pittsburgh, PA (Option Production) Monday September 6, 2010 Rental period begins - Tech load-in (all departments) Tuesday September 7, 2010Tech load-in (all departments) WednesdaySeptember 8, 2010Tech load-in (all departments) ThursdaySeptember 9, 2010 Rehearsals (as required) Friday September 10, 2010 Matinee 10:30 a.m. to 12:30 p.m. Evening Show 7:30 p.m. to 9:30 p.m. Saturday September 11, 2010Matinee 2:00 p.m. to 4:00 p.m. Evening Show 7:30 p.m. to 9:30 p.m. Sunday September 12, 2010Load out completed NLT 0600 on 12 September 1.2.1. Total of three rehearsal days and four shows. Each rehearsal will run as required by show director; each show will run two hours approximately, plus intermission. Clean up is estimated at three hours or as required per performance. 1.3. The contractor's facility shall have sufficient personnel in the following categories for each performance: (a) Security (b) Janitorial (during tech load-in, rehearsals and performances) (c) Electrical, Internet and Utility maintenance service (d) Medical (nurse, paramedics, ambulance) (e) Cleaning service following each performance (f) Stage hands (g) Concessions (i) Ushers for a minimum audience size of 8500 1.4. The facility shall contain anchor points within the dome or structure support to allow suspension of a speaker system, lighting trusses and props as specified in the rigging plot (to be provided). Anchor points shall have a capacity range up to 10,000 pounds. The anchor points shall be used for flags, speaker system, lighting and required show technical systems required by final show design. 1.5. The contractors facility shall have a temperature range of 65-75 degrees for heating and cooling capacity, to provide comfortable and moderate temperature for audiences and support personnel (staging area and assembly area shall be in the same building or within close proximity with covered access/protecting from rain/elements). The facilitys height from floor to ceiling shall be at least 42 feet high for curtains and staging. The facility shall have efficient air circulation and smoke extractor system to extract smoke created by the firing of weapons in the arenas. 1.6. Adequate separate dressing rooms/changing areas on the premises to support 350 plus show participants involving two or more costume changes during each performance shall be provided by the contractor. The cast includes up to 30 female soldiers who will require separate facilities. 1.7. All equipment will be able to remain in place for the seven-day period. The contractors facility will have and the contractor will make available storage and security capability for props. 1.8. The contractor shall provide ease of access to the facility, as well as staff to support a large group of spectators arriving at one time during scheduled performances. 1.9. Flooring shall be solid and able to support vehicles, large set pieces and horses. Access to the floor shall be from four corners at a minimum. Barriers or some type of partition shall be present to separate the main floor from the audience. The floor shall be dry and free from moisture. The contractor shall allow the Government to lay homasote flooring over the prodeck subfloor and backstage areas in accordance with the script and dcor requirements of the performance. The performing area will be 88 feet by 204 feet. 1.10. Access to the performance stage for vehicles, large set pieces and horses shall be at least 20x40 (portal entry). The facility shall have in-house capability to move equipment, using at least two forklifts and provide two (2) Hi-Lifts JLG 660SJs or equivalent (with the articulating jib), as well as access to the closed circuit television systems (if a system is installed) to allow for placement of television monitors in staging and dressing room areas. 1.11. The contractor shall provide, at no additional cost, a VIP lounge/room for receptions on show days, which can accommodate up to 300 people for stand-up receptions/cocktail buffets. This VIP lounge/room shall be capable of supporting catered food service with a small kitchen for warming and refrigeration and shall have at least one refreshment/bar area. The lounge/room shall have suitable dcor for VIP accommodations. The catering costs for this reception will be covered by a separate contract with the Military District of Washington, and all details for the reception will be coordinated and approved by the MDW Protocol Officer. 1.12. The contractor shall provide permanent or semi-permanent seating of sufficient comfort to support an audience of 8,500 people for a two-hour performance. 1.13. The contractor shall provide concessions/refreshments for the audience to purchase during performances. 1.14. Electrical. The contractor shall provide an adequate power facility and receptacles, including necessary cable to run from the control facility to the show power distribution racks. Provide electrical support as follows: 1.Set-Up: Tie in on 9/07/10at 9:00 am, disconnect at 9/12/10 at 12 am. 2.Stage Left Power Room (for Sound): One (1) 200 amps per leg, 3 phases, 120/208 volt. 4 wire with earth ground within TBD feet of the stage. 3.Stage Right Power Room (for Lights): Three (3) 400 amps per leg, 3 phases, 120/208 volt. 4 wire with earth ground within TBD feet of the stage. 4.Stage Room Center (for Video Projection): One (1) 200 amps per leg, 3 phases, 120/208 volt. 4 wire with earth ground within TBD feet of the stage. 5.Motors: Three (3) 60 amp per leg, 3 phase 120/208 volt, 4 wire with earth ground within TBD feet of the stage. 6.Shore Power: Video Truck: 60 AMP three phase 110 (Video truck TBD location) 1.15. Back-Up Systems. Contractor will be required to verify and/or demonstrate that backup power system(s) will provide the above necessary power in case of main power system outage. Contractor will also demonstrate the back-up public address system. 1.16. The facility shall contain adequate restroom facilities for men and women to support up to 8,500 people per performance. The contractor shall also provide restroom facilities for support personnel separate from the audience facilities. The contractor shall provide janitorial services between performances for both audience and support personnel areas. 1.17. The contractor shall provide qualified emergency medical assistants and evacuation capabilities throughout each performance. 1.18. Location of the facility shall be within the Pittsburgh, PA, metropolitan area. 1.19. The contractors facility shall conform to the more stringent of all applicable federal and local fire and safety codes, i.e., structural support, and an adequate number of fire extinguishers to accommodate an audience up to 8,500 people per performance. 1.20. The contractor shall support the installation of a portable video production truck, truck parking, cable access from outside to inside the building, 60 amp 3 phase power to the truck, including cameras cable runs/placement to support the show design and available for each performance and all rehearsals. 1.21. Electrical loads shall be balanced. One distributed 300-amp three-phase circuit for the spotlights. If more is needed, required hook-up to the outside panel drops shall be available. Transformers shall be kept dry. All electrical work shall conform to the most stringent of all applicable federal and local electrical codes. 1.22. The contractor shall provide eight (8) spotlight locations (with power) to facilitate low angle lighting of action on the event floor. 1.23. The contractor shall provide ADA seating areas to accommodate up to 40 persons in wheelchairs at each performance, and shall also provide a designated hearing-impaired area with signers workstation and two signers per show. 1.24. The contractor shall provide audio and video monitor systems, with cable patching if an installed system is available, in the dressing rooms and back hallways, linked to live video feed and to the control board cue caller. 2. Marketing. The contractor shall provide ticket printing and distribution services, and publicity and promotional services to service the needs of the Army. This will include advice and assistance in the creation of public awareness of the event. All marketing will be coordinated with the MDW SOA Marketing Chief. 3. Meals. Contractor shall provide three catered meals/day at the venue for approximately 220 cast and crew as schedule requires. Details of catering will be coordinated and approved by the MDW Food Advisor. 4. Meetings. The contractor and all subcontractors shall attend a Pittsburgh, PA, venue production meeting to be held on the morning of 7 September 2010 to discuss and coordinate the production in that arena.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6c6ae01f96c87e524d8e0d239a23fc5)
 
Record
SN02176488-W 20100616/100614234330-d6c6ae01f96c87e524d8e0d239a23fc5 (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.