SOLICITATION NOTICE
T -- USAF Band Video Director Services for 60th Anniversary at the Music Center at Strathmore
- Notice Date
- 6/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA7012-07-T-0024
- Response Due
- 6/15/2007
- Archive Date
- 6/30/2007
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) No. FA7012-07-T-0024. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17. This is set aside for 100% small business. The North American Industry Classification System code (NAICS) is 711510, with a size standard of $6.5 million. CONTRACT LINE ITEM: 0001: NON-PERSONAL SERVICES as VIDEO DIRECTOR for USAF 60th Strathmore Event. QTY: 1 each, UNIT Price: $______________, Extended Price: $____________. 1. DESCRIPTION OF NON-PERSONAL SERVICES. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other services necessary to perform the Video Direction services of a USAF Band musical broadcast. 1.1 SCOPE OF WORK This broadcast shall be taped for later release, approximately 90 minutes in length and shall showcase at least 2 guest artists. The musicians shall be USAF Band personnel. The audio and video crews shall be private contractors. The show shall be performed at The Music Center at Strathmore, 5301 Tuckerman Lane North Bethesda, MD 20852. 1.2 DIRECTOR SERVICES The contractor shall provide original camera shots and switching base on the script and the artistic scope of the USAF Band Producer. The contractor shall be on site for all rehearsals (29JUN07), the duration of production 30JUN07 and the editing period 23-27JUL07 and provide all services associated with directing in accordance with standard industry commercial practices. 1.3 MEETINGS The contractor shall ensure that the director attend the production meeting at Bolling AFB, DC within a 24 hour notification period. Key personnel shall be available, in person or via teleconference, for any additional meetings that may be required during the entire production period 23-27JUL07. 1.4. PRODUCTION All key personnel shall be on-site and available from 29 and 30JUN07 through 23-27JUL07 as determined necessary based on coordination with USAF Band Producer. During this period, specific rehearsal times, arrival times, and release times shall be subject to change and the contractor shall meet the requirements necessary to fulfill the production expectations. The contractor shall ensure key personnel can be contacted immediately if an emergency meeting or change in schedule becomes necessary. Load ?In 29 JUNE 07 Cue to Cue Tech Rehearsal/Work Notes 29 JUNE 07 Dress Rehearsal and Taping 30 JUNE 07 Show and Taping 30 JUNE 07 Editing in Post Production 23 JULY 07 ? 27 JULY 07 1.5. MINIMUM QUALIFICATIONS OF PERSONNEL The contractor shall meet the minimum qualifications as identified below 1.5.1 Director 1.5.1.1 Provide a resume reflecting 6-12 years of professional experience as a director for video 1.5.1.2 Professional experience as a director for live musical broadcasts 1.5.1.3 Provide a minimum of two (2) examples of professional work in the form of video 1.5.1.4 Provide three (3) references (see attached Reference Questionnaire) 1.6 GENERAL INFORMATION 1.6.1 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. 1.6.2 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. 1.7 PERSONNEL SECURITY 1.7.1 The contractor shall ensure compliance with all federal, DoD, AF, and Bolling AFB vehicle identification policies for contractor-owned vehicles. 1.7.2 The contractor shall obtain proper identification badges for access to Bolling AFB, for the duration of the contract. 1.8 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. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractors performance under this contract. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions Commercial Items (FEB 2002), for contractors failure to perform satisfactory services or failure to correct nonconforming services. INSPECTION AND ACCEPTANCE TERMS: Supplies will be inspected at destination/government, accepted at destination/government. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items are hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1: 52.252-5: (b) DFARS (Chapter 2). EVALUATION PROCEDURES: The Government will select the best overall offer based on technical capability, past performance and price. Technical capability will be evaluated from the submitted examples. Examples should display creativity and flexibility needed to properly direct the broadcast/recording of a live musical. Proposals shall be rated as follows: ?Exceptional?, exceeds specified minimum performance or capability necessary for acceptable contract performance, ?Acceptable?, meets specified minimum performance or capability necessary for acceptable contract performance, ?Marginal?, does not clearly meet some specified minimum performance requirements necessary for acceptable contract performance or ?Unacceptable?, fails to meet specified minimum performance or capability requirements. Past performance will be evaluated using the reference questionnaires. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror?s quote being determined unacceptable. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). 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: 52.204-9, 52.209-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.232-1, 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, 252.223-7006, 252.232-7003, 252.232-7010, 252.243-7001, 5352.223-9001, 5352.242-9000, 5352.201-9101 and 5352.223-9001. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-3, 52.232-33, 52.233-3, and 52.233-4. All responses (proposals or offers) must be received by mail, email, or facsimile no later than 3:00 P.M. EST on 15 June 2007 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032. An official authorized person 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. Questions concerning this solicitation should be addressed to TSgt Kamesha Johnson, Contract Specialist, Phone (202) 404-7953, FAX (202) 767-7887, E-mail to: kamesha.johnson@bolling.af.mil or Ms. Vivienne Clarke, Contracting Officer, Phone (202) 767-8039, FAX (202) 767-7887, E-mail to: vivienne.clarke@bolling.af.mil.
- Place of Performance
- Address: The Music Center at Strathmore, 5301 Tuckerman Lane, North Bethesda, MD
- Zip Code: 20852
- Country: UNITED STATES
- Zip Code: 20852
- Record
- SN01314143-W 20070610/070608224208 (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 |