SOLICITATION NOTICE
67 -- Tattoo - Video Services
- Notice Date
- 8/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D0275110A005
- Archive Date
- 9/19/2015
- Point of Contact
- Timothy Jacob Cobb, Phone: 2406125640
- E-Mail Address
-
timothy.j.cobb21.mil@mail.mil
(timothy.j.cobb21.mil@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F1D0275110A005 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. All responsible sources may submit an offer to be considered by the agency. 2. This requirement will be pursued as an 8(a) certified vendors set-Aside. The North American Industry Classification System (NAICS) code is 512110, and the small business size standard is $32.5M. 3. The Government will award a firm fixed price contract for purchase of video services for the USAF Tattoo Ceremony 2015 for the 11th OG the USAF Band at Joint Base Anacostia-Bolling, DC. The following items/services are being procured: Minimum Salient Characteristics: Brand name or equal are acceptable CLIN Description QTY Unit of Issue Unit Price Total Price 1 The vendor shall provide input Camera Switching Systems 6 Each $ Camera Package Sony HD Cameras w/Studio Kits 3 Each $ Sony HD Camera and 18ft jib 1 Each $ HD SDI 6 x 1 Production Switcher 1 Each $ HDI SDI Signal Processing 1 Each $ CCU's and Monitoring 1 Each $ Standard Camera Lens (16 x 9) including the tripod 1 Each $ Long camera lens (33 x 15) including HD tripod 2 Each $ Jib lens 1 Each $ 2 AJA Ki Pro for recording 2 Each $ Video Package Still Store Unit for Logo Still 1 Each $ Signal Distribution Package to include all cabling, line drivers, distribution amps and other parts necessary to run this package 1 Each $ Character Generator 1 Each $ 3 Self-contained mobile LED walls to include 8.5' x 14.5' LED Walls 2 Each $ LED Wall Package (Panels must be physical 7mm pitch or better.) Walls need to be elevated to screen bottom at 10' above the ground. This can be on scaffolding or motored with truss and ground support) 4 Clearcom System to include main unit 1 Each $ Comm Package Belt packs 10 Each $ Headsets 10 Each $ Camera jib and operator 1 Each $ 5 Trucking 1 Each $ 6 Character Generator Operator 1 Each $ Labor JIB Operator 1 Each $ Vendor shall provide all personnel for setup strike and run of equipment 1 Each $ Vendor shall provide a technical director/switcher 1 Each $ Vendor shall provide a video engineer/shader 1 Each $ Vendor shall provide a projectionist / LED operator 1 Each $ Vendor shall provide camera operators 3 Each $ Vendor shall provide a cable page 1 Each $ 7 Christie 14K DLP1920 x 1080 HD M Series Projectors operating on 110 Volts 2 Each $ In-climate weather projection system located at the All Ranks Club on JBAB DLP.67 HD Christie M Series Lens 2 Each $ Video DA HD/SDI 1 x 6 DA AJA (Re-clocking) 3GDA 1 Each $ HD/SDI/BNC cable kit 1 Each $ Scaffolding PKG 6' tall -12' max Tall 2 Each $ Screen systems 7' x 12' ground supported rear projection 2 Each $ 4. Shipping Information & Instructions Delivery shall be the sole responsibility of the vendor. Deliverables and performance will be provided to the USAF Ceremonial Grounds, Joint Base Anacostia-Bolling, DC 20032. 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jul 2013) 52.211-6 - Brand Name or Equal 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ' Lowest Price Technically Acceptable ' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2014); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) Alternate I (DEVIATION) (Feb 2000); 52.219-18 - Notification of Competition Limited to Eligible 8(a) Concerns 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-23 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews, MD 20762 7. All quotes must be sent via e-mail to A1C Timothy Cobb at timothy.j.cobb21.mil@mail.mil. Quotes shall be submitted no later than 12:00 PM EST, 04 September 2015. Questions shall be submitted no later than 12:00 PM EST, 28 August 2015, the answers to which will be posted in an addendum to the solicitation on 01 September 2015. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the even the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D0275110A005/listing.html)
- Place of Performance
- Address: Joint Base Anacostia-Bolling, DC., District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN03853244-W 20150826/150825000204-706f79900384c12eb6a1559ef4ddd51b (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 |