SOLICITATION NOTICE
T -- Video Services
- Notice Date
- 5/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- Reference-Number-F6015131110100
- Response Due
- 5/30/2003
- Archive Date
- 6/14/2003
- Point of Contact
- Gregory Ball, Contract Specialist, Phone 2027677963, Fax 202-767-7897, - Jeffrey Leighton, Contract Specialist, Phone 202-767-8099, Fax 202-767-7887,
- E-Mail Address
-
Gregory.Ball@bolling.af.mil, jeffrey.leighton@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1. P!! 2. 0515!! 3. 03!! 4. N/A!! 5. 20032!! 6. T!! 7. 11th Contracting Squadron, 110 Luke Avenue. Suite 200, Bolling AFB, DC 20032!! 8. T-Video Services for USAF Band Outdoor Tattoo!! 9. N/A!! 10. N/A!! 11. Contact, LT. Greg Ball (202) 404 ? 7954, TSgt. Siiberg (202) 767 ? 7978!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. 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 award will be made using LPTA (Lowest Price Technically Acceptable) criteria. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F6015131110100. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a small business set-aside. The North American Industry Classification System code is 512110 (formerly SIC code 7819) at $25.m size standard. LINE ITEM: 0001 Video Services for USAF Band Outdoor Tattoo, IAW the attached Statement of Work; Period of Performance: Target award date: 4 June 2003, period of performance: 10 Jun 2003 to 14 Sep 2003, QTY: 1/EA, UNIT PRICE: $_________, EXTENDED PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by the Government. Personnel and accepted at job site. DESCRIPTION/SOW: Video Services for USAF Band Outdoor Tattoo Ceremony Contractor will provide appropriate number of trained persons and equipment (see list below) necessary to accomplish all numbered items listed in the Statement of Work. The events will take place on the ceremonial lawn of Bolling AFB. Each event will be 90 minutes in length. The camera locations, equipment placement and cabling will all be done under the direction of the USAF Band's producer. The vendor will provide personnel that are competent and very experienced in their respective fields. Of critical importance is the Technical Director. This person must have extensive experience with "on the fly' switching. The camera footage will be used on the LED walls for the live audience and also captured to BetaSP videotape for later postproduction usage. The event will feature over 100 participants. Formations will be moving about the field in synchronized movements. Various military tradition and ceremonies will occur during the event. This event is not open to the public. Distinguish guests will comprise the majority of the event. Vendor will provide the following equipment:(5) Camera Switching System to include (3) Sony D30 Cameras w/Studio Kits, (1) Sony DXC-D30WS Jib Camera (1) 8 x 1 Production Switcher, Signal Processing, CCU?s and Monitoring 1 Standard Camera Lens (16 x 9) including the tripod 2 Long Camera Lens (33 x 15) including HD Tripod, 1 Jib Lens, 5 Sony UVW-1800 Beta Cam SP Recorder or Equivalent, 1 Sony PVW 2650 Beta Cam SP Player with DT, 1 Still Store Unit for Logo Still, 1 Fluid Head Tripod for USAF Camera, 1 Long Composite Video Cable for USAF Camera, 1 Signal Distribution Package to include all cabling, line drivers, distribution amps and other parts necessary to run this package, 1 Video Projection Package to include (2) 14? X 18? Barco LED Walls (Panels must be Barco D7, 7mm pitch or better. (2) Tomcat truss systems for 14? x 18? LED Walls with black duvetine dressing. 1 Clearcom System to include main unit (10) belt packs and (10) Headsets 1 Camera jib and operator. Vendor will provide all Beta Cam SP90 minute tapes. Vendor will provide all personnel for setup strike and run of equipment to include a technical director/switcher, video engineer/shader, projectionist, camera operators and cable pager. Vendor will provide a directors monitor station to include camera images and program feeds. Vendor will provide all plat forming, scaffolding or other necessary devices. Vendor will perform the service at the Ceremonial Lawn on Bolling AFB. All daily times will be coordinated with TSgt Jeb Eaton (202) 767-4095. All prospective vendors will ensure they can meet the daily schedule prior to placement of bid. Tentative Schedule: 10JUN03, Load-In (No earlier than 1100 hrs); 11JUN03, Work notes and rehearsal at 1500hrs; 12JUN03, Evening Dress Rehearsal; 13JUN03, Evening Show/Load Out; 10SEP03, Load-In; 11SEP03, Work notes and Dress Rehearsal; 12SEP03, Evening Show; 13SEP03, Dark; 14SEP03, Evening Show/Load Out. PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition as follows: 52.252-1. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: By Full Text 52.212-5 and subclauses: incorporated by reference, 52.222-3, 52.233-3, 52.203-6 (alt I), 52.219-8, 52.222-21, 52.222-26, 52.222-36, 52.223-9, 52.232-33. By Full Text 252.212-7001 and subclauses: incorporated by reference: 52.203-3, 252.225-7012, 252.243-7002, 252.247-7023. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (MAY 1996) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the contracting officer prior to submission of the final invoice for payment. (g) Failure to comply with these requirements may result in withholding of final payment. The following clauses also apply: 52.237-2, 52.202-1, 52.222-35, 52.222-37, 52.228-5, 52.233-2, 52.242-13, 52.243-1, 52.246-4, 52.247-34, and 252.204-7004. All responses must be received no later than 4:00 P.M. EST on 30 May 2003 to 11th CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, email, or facsimile to the attention of Lt Gregory R. Ball. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or go to online site at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Lt Greg Ball, Contract Specialist, Phone (202) 404-7954, FAX (202) 767-7887, E-mail to Gregory.Ball@bolling.af.mil.
- Place of Performance
- Address: Bolling AFB, Washington DC
- Zip Code: 20032
- Record
- SN00331699-W 20030525/030523213506 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |