Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,2000 PSA#2646

Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525

T -- AUDIO VISUAL EQUIPMENT AND SERVICES IN SUPPORT OF CHIEF OF STAFF TEAM EXCELLENCE AWARDS HELD IN WASHINGTON D.C., 6-13 SEP 00. W SOL F41691-00-T-0024 DUE 073100 POC Linda Johnson, Contract Specialist, Phone 210-652-5047, Fax 210-652-5135, Email linda.johnson@randolph.af.mil -- Betsy Anders, Contract Specialist, Phone 210-652-5169, Fax 210-652-5135, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41691-00-T-0024&LocID=464. E-MAIL: Linda Johnson, linda.johnson@randolph.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 used. Solicitation F41691-00-T-0024 is issued as a request for quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-13. This requirement is set-aside 100% for small business. The SIC Code 7812, Motion Picture and Videotape Production, size standard is $21.5 million. Requirement consists of the following: 1. SCOPE: Independently, and not as an agent of the Government, the contractor shall furnish all services, experienced personnel, materials, and equipment in accordance with the statement of work below. 2. GENERAL: a. This contract is a support requirement for the Air Force Chief of Staff Team Excellence Award(CSTEA) competition to be held September 7-11, 2000. The location of the competition and contract performance is the Omni Shoreham Hotel, 2500 Calvert Street NW, Washington, D.C. 20005; b. The contractor shall assign an Air Force CSTEA Manager as the primary point of contact for accomplishing the requirements in this contract. Appointment of the Air Force CSTEA Manager will be submitted in writing to the Programs Integration Division of the Air Force Manpower and Innovation Agency (AFMIA/MIP), 550 E Street East, Randolph AFB TX 78150-4451. Any changes in this position must be forwarded in writing to AFMIA/MIP; c. Mr. Charlie Dipietro will be the primary point of contact for AFMIA. His alternate is TSgt David Riggs. Any changes in this assignment will be forwarded to the contractor in writing. The following contact information is provided: AFMIA/MIPP (Attn: Charlie Dipietro) 550 E Street East Randolph AFB TX 78150-4451 (210) 652-4982 ext. 3563 DSN 487-4982 ext. 3563 FAX (210) 652-6534 Jesse.Dipietro@afmia.randolph.af.mil AFMIA/MIP (Attn: TSgt David Riggs) 550 E Street East Randolph AFB TX 78150-4451 (210) 652-6285 ext. 3514 FAX (210) 652-5311 David.Riggs@afmia.randolph.af.mil 3. EQUIPMENT SETUP: a. The contractor will have access to the auditorium/conference room at 0800, Thursday, September 7, 2000 for setting up equipment; b. The equipment will be set up using the attached room layouts as a guide; c. All equipment will be tested and ready for use by 6:00pm, Thursday, September 7, 2000. 4. PRACTICE SESSIONS: a. Teams will practice their presentations for the competition on September 8-9, 2000. The contractor will have sufficient and knowledgeable personnel available to operate the equipment during the times scheduled in paragraph 7 to include personnel knowledgeable on computer system operations and troubleshooting; b. Contract personnel will assist teams in loading their presentations on to computer systems and ensure proper computer system operations for optimal presentability; c. The practices will be dress rehearsals. Everything should be done as it will be done for the competition. Technicians will observe the presentations and make notes on how they will most effectively do their jobs to capture the video/audio on tape and perform other duties during the actual competition. 5. CSTEA COMPETITION: a. The CSTEA competition will be September 10-11, 2000. The contractor will have sufficient personnel available to operate equipment and execute plans made during the practice sessions to include personnel knowledgeable to troubleshoot computer operation problems. A schedule of the presentations for the competition is in paragraph 7. A maximum of 22 teams will be competing for the CSTEA. Each team will make a 15-minute presentation followed by a 10-minute question and answer session with the judging panel. In addition, a Master of Ceremonies will take 30-60 seconds at the beginning of each presentation to introduce the team and another 30-60 seconds at the end of the presentation to conclude the session; b. The contractor will record each presentation simultaneously on 2 VHS video recorders. The taping will begin when the Master of Ceremonies introduces the team at the beginning of the presentation and will end after the Master of Ceremonies closes the presentation session. The contractor will mark each tape with "Chief of Staff Team Excellence Award Presentation,_ date, team number, and the name of the team making the presentation. One tape will be given to the team making the presentation at the completion of the presentation. The other tape will be held and given to AFMIA at the end of all presentations; c. The contractor will create and maintain a log of all tapes given to team members. The team member receiving the team presentation video will complete the log when he/she takes the video. The log will need the following information: Print Name/Rank of Person Picking Up the Tape, Organization/Office Symbol, Base, State, Signature. The log will be given to AFMIA after all presentations have been made; d. If there are any technical problems caused by contractor equipment or personnel that would adversely affect the judging or video recording of a team_s presentation, then the team will be given the option to repeat its presentation after the last scheduled presentation of the day. The contractor will provide the equipment and personnel to support the make-up presentation; e. The Air Force Manpower and Innovation Agency (AFMIA) has the right to inspect and test all services called for by the contract at all times and places to the extent practicable during the term of the contract. AFMIA shall perform inspections and tests in a manner that will not unduly delay the work; f. If any services do not conform to the contract requirements, the Government may require the Contractor to perform services again at no additional cost. If defects in services can not be corrected by re-performance, the Government may: (1) Reduce the contract price to reflect the reduced value of services performed; (2) By contract or otherwise perform the services and charge to the contractor any cost incurred by the Government that is directly related to the performance of such service; or (3) Terminate the contract for default. 6. STRIKING EQUIPMENT: The contractor can begin striking equipment on Monday, September 11, 2000 at the conclusion of the last presentation with the exception of the equipment in the judges_ room. The contractor may strike this equipment after the conclusion of the judges_ deliberations. 7. SCHEDULE: The schedule of team presentation will be as follows: Thursday, 7 Sep 00 0800 _ 1800 Setup team presentation room and judges_ conference room Friday, 8 Sep 00 0700 _ 1200 Team practice briefings 1200 _ 1300 Lunch 1300 _ 1900 Team practice briefings Saturday, 9 Sep 00 0700 _ 1200 Team practice briefings 1200 _ 1300 Lunch 1300 _ 1900 Team practice briefings Sunday, 10 Sep 00 0745 _ 1200 Team briefings 1200 _ 1300 Lunch 1300 _ 1600 Team briefings 1600 _ 1800 Judges meet in judges_ room (no AV personnel required) Monday, 11 Sep 00 0745 _ 1200Team briefings 1200 _ 1300 Lunch 1300 _ 1600 Team briefings 1600 _ 2000 Judges meet in judges_ room (no AV personnel required) 8. EQUIPMENT: The contractor will provide the following information to the 12th Contracting Squadron as part of their bid submission: a. A detailed list of equipment proposed, with type of equipment, model (if known) and quantity of equipment to be used; b. The number of people needed for set up, operation and tear down of equipment. Please include labor costs for each position. Set up and tear down figures must include an estimate in number of hours to complete; c. A diagram of how proposed equipment will be set up (see attachment). Modifications to final set up will be considered on site and must be approved by designated AFMIA representative. AFMIA will provide a proposed diagram for guidance; d. A contingency plan for back up equipment in case of equipment failure, to include estimated time for replacement and equipment type to be used; e. Back up equipment must meet or exceed original equipment specifications at no additional cost to the government; f. The contractor will provide, as a minimum, the below list of equipment to perform all required duties under this contract. The contractor may substitute equal or better equipment or use additional equipment if necessary to execute this contract. This list is provided as a minimal expectation of the level and quality of equipment to be used and may not be all inclusive of what the contractor will require to perform duties: 2 Podiums with wired microphones and mic stand; 3 Hand-held wireless UHF microphone systems for Team Q & A; 1 Professional grade 1/2" SVHS videocassette playback unit connected to video projector used for teams to show video tapes during presentation. Connect VCR audio to audience right side projection system. VCR must have capability to be controlled by remote from podium or by presenting team from computer table; 2 Professional grade 1/2" VHS videocassette playback units used to record presentation; 1 Public address system for a room 46' X 75' with 20' ceiling and holding an audience of up to 200 people; 1 Mixer, 20 Channel; 1 Amp EQ Package; 4 Audio speakers with stands; 1 Video lighting system for 2 podiums to light presenters and adequate lighting for videotaping sessions to include back lights and lighting stands; 1 1-Dimmer System to control lighting; 2 Video stationary cameras (537 Studio Camera) or equivalent with studio configuration; 1 Panasonic WJMX 50 Video Switcher; 2 Sony DSC1024 HD Scan Converters; 4 8" Preview Monitors; 2 Pentium III Computers, 650 MHz, 256MB RAM, 13.0 GB hard drive, 2GB Jazz drive, two 100 MB Zip drive, 40X CD ROM 64-bit SoundBlaster-compatible PCI Card, and minimum of 1024x768 resolution monitor. Must be able to see both computer monitor output and video projector output simultaneously. Must be able to blank out computer presentations from keyboard or mouse. 24-bit SVGA accelerated Video card with a minimum of 16mb video RAM, Windows 98SE software, MS Office 2000 software, Laplink software, and 2 RF wireless mouse capability from the podium. RF Signals must not interfere with each other or other equipment; 3 XGA Video projectors at least 1000 lumens with stands (2 for team presentations and 1 for judges' conference room compatible with a laptop computer. (AFMIA will provide laptop computer); 2 7.5'X10' fast fold Front projection screens; 2 Screen Dress Kits (Black); 1 Pipe and drape set (40 running feet of black draping); 44 1/2" Professional grade blank VHS video recording tapes (30 minute length); 1 8'X8' portable projection screen for judges' conference room; 1 Easel with butcher block paper and markers for use in judges' conference room; 1 Speaker's timer with green, yellow, and red lights (steady yellow at 2 minutes, blinking red at 1 minute and steady red at 0 minutes); 3 Table top omni-directional microphones for judges' table. Headsets for AV personnel as needed. Place of performance is listed in 2.1 above. Interested parties capable of providing the above, must submit written price and technical proposals, and provide information on their past performance to include: contract number, references (names), and phone numbers. All responses will be fully considered. Award will be made to the responsible offeror whose offer conforms to this requirement and is considered technically acceptable. The following FAR clauses and provisions apply to this requirement and can be viewed through Internet access at AF FAR SITE, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors-Commercial Items (Jun 99); 52.212-2, Evaluation of Commercial Items (Jan 99); 52.212-3, Offeror Representation and Certifications, Commercial Items (Jun 99); 52.212-4, Contract Terms and Conditions-Commercial Items (May 99); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 99) applies to this acquisition with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 11246); 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports of Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4214); 52.222-41 Service Contract Act of 1965, as amended (May 89), (Wage Determination No. 94-2103, dated 06/09/2000 applies); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 89)(Code: 13074, title: Photographer IV, Equivalent to GS-9 Step 1 plus Fringe Benefits); 52.225-3, Buy American Act-Supplies (Jan 94); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 99); 52.233-3 Protest After Award (Aug 96); and 52.252-2 Clauses Incorporated by Reference (Feb 98); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive orders Applicable to Defense Acquisitions of Commercial Items (Oct 98);DFARS 252.225-7001, Buy American Act and Balance Payment Program (Mar 98); 252.204-7004, Required Central Contractor Registration (Mar 98). Offers are due at 12 CONS/LGCA, no later than 4:00 P.M., Central Time, 02 Aug 00, and should reference the Solicitation listed above. Offerors must include with their proposal, a completed copy of the provisions 52.212-3, Offerors Representation and Certification-Commercial Items. Award will be made on or about 10 Aug 00. Facsimile offers may be submitted by fax (210)652-5135 or e-mail. For additional information about this requirement, contact Linda F. Johnson (210)652-5047 or e-mail: Posted 07/18/00 (D-SN476251). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0102 20000720\T-0002.SOL)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |


Created on July 18, 2000 by Loren Data Corp. -- info@ld.com