Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
MODIFICATION

R -- Logistical Setup - LA Concert

Notice Date
1/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
541921 — Photography Studios, Portrait
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-13-0007
 
Archive Date
2/7/2013
 
Point of Contact
Wayne D Greene, Phone: 202-619-2339, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
wgreene@bbg.gov, hshaw@bbg.gov
(wgreene@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice amended as follows: Written questions must be received by 12:00 p.m., Daylight Savings Time on January 14, 2013. Voice of America, Persian News Network requirement for Event Coordinator. Nowruz 2013 Special Concert Show Persian News Network (PNN) Contract Requirement: The contractor shall organize and handle the logistical setup for a concert in Los Angeles, California, by Thursday, February 28, 2013. The contractor shall facilitate and make arrangements for a band featuring 16 musicians from different Persian bands as well as a famous Persian-speaking music stars performing before a live audience of no less than 100 guest with no admission fee. The contractor shall rent the venue equipped with professional video and audio recording equipment, performance stage and minimum seating capacity for 100 person for a two (2) days of rehearsal prior to the live concert and one day of final rehearsal and live performance. The contractor shall produce a minimum of (two) (2) hours of live concert in Standard Definition 16x9 video format, which shall include filming with two (2) cameras on tripod, one (1) camera on shoulder and one (1) on crane, multi-track sound recording, and video and audio post production. The contractor shall be responsible for the payment of all costs associated with the project, including venue, equipment, musician's performance fees and one (1) host's fee, travel and accommodation, catering during rehearsal and live performance. Contract Term: All work performed under this contract shall be completed by the time agreed upon by the ordering office and the contractor and shall not exceed the labor hours proposed to fulfill this requirement. Special Expertise Needed: Contractor shall perform his/her services in the form of a turn-key contract, i.e. the contractor is responsible for undertaking all tasks necessary to complete the project, e.g. acquire equipment, subcontracting, etc., submitting finished product. Logistics Cost Vendor/Contractor Venue (Place of Performance) Equipment - Camera(s), Video, Audio Stage Set Up- Performers Musicians Rehearsal Laborers Catering Travel, Accommodations Subcontractors Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAM) formerly the CCR Web site at: https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE The Contracting Officer will appoint by letter an Contracting Officer Representative of the (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION(s) NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES. (End of clause) NOTICE OF DELAY In the event the Contractor becomes aware of a potential delay, the Contractor shall immediately notify the Contracting Officer and COR via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract. (End of clause) FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Item applies to this acquisition and incorporates the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-6 Liquidated Damages - Subcontracting Plan; 52.219-28 Post Award Small Business Representation; 52.222-3 Convict Labor; 52.222-19 Child labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer. Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract; 52.227-17 - Rights in Data - Special Works; 52.232-18 Availability of Funds; and 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral, email or faxed proposals will not be accepted. Questions must be submitted in writing to Wayne Greene via e-mail at wgreene@bbg.gov. Written questions must be received by 12:00 p.m., Daylight Savings Time Monday, January 14, 2013. Technical proposals shall be submitted with an original and three (3) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to be submitted to Wayne Greene, Contract Officer, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 before 2:00 PM, Wednesday, January 23, 2013. All responsible sources may submit an offer which will be considered by the BBG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-13-0007/listing.html)
 
Place of Performance
Address: Los Angeles, California, United States
 
Record
SN02961388-W 20130110/130108234605-4986bbabf7899c5ab1f12cc582f91a69 (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.