SOLICITATION NOTICE
R -- National Image Conference Support Services
- Notice Date
- 2/6/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- DTCG23-04-R-HHA521
- Response Due
- 2/20/2004
- Archive Date
- 3/6/2004
- Point of Contact
- Arita Tillman, Contract Specialist, Phone 202-267-2518, Fax 202-267-4019, - Gary Grimes, Contracting Officer, Phone 202-267-2489, Fax 202-267-4019,
- E-Mail Address
-
atillman@comdt.uscg.mil, ggrimes@comdt.uscg.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared with the format in Subpart 12.6 as supplemented with the information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued, RFP #DTCG23-04-R-HHA521 applies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 1-19. CLINS 1, 2, & 3 apply, Unit of Issue for each CLIN is ?job?. Specifically, this task order is to provide production support for the National Image Inc. Military Awards Banquet to be held on June 9th, 2004 in Orlando, Florida at the Hilton Walt Disney World Hotel, 1751 Hotel Plaza Boulevard, Lake Buena Vista, FL. Contractor tasks shall include but are not limited to stage design, assembly/setup and takedown, lighting, audio, video, and administrative services. National Image Inc. is a network of Hispanic professionals committed to finding positive and creative solutions to the challenges facing the pan-Hispanic community the U.S. A successful vehicle for promoting this mission is the National Image Annual Training Conference. One important and highly visible aspect of the annual conference is the Military Awards banquet that will be hosted by the Coast Guard and attended by senior military officers from all branches of the Armed Forces and prominent officials from the Hispanic community. Required items: CLIN-1 Architectural/Design Services: The Contractor shall create a stage design/layout that is unique, high quality, imaginative and reflective of the theme of the banquet. The Contractor shall deliver a draft design/layout to the COTR no later than 10 days after contract award. Upon government approval, the final design/layout is due NLT May 1, 2004. The Contractor shall provide quality supplies to construct all stage designs. A copy of the floor plan may be obtained at the hotel website: http://www.hilton.com/en/hi/hotels/floorplans.jhtml;jsessionid=RX035UGPRTTXACSGBIVM22QKIYFC3UUC?ctyhocn=ORLDWHH. Salon 1, 2, 3 will be used for the stage. CLIN-2: Assembly/Setup Services: The Contractor shall assemble and disassemble the stage design. Assembly completed & approved NLT 4:00 PM EST June 9, 2004. Disassembly begins 12:00 AM EST on June 10, 2004. The Contractor shall setup and remove all musical instruments, and provide quality craftsmanship while assembling/constructing Government approved stage design. Lighting Services: The Contractor shall create a lighting layout for the banquet production that includes but is not limited to spotlight system, dimming system, lighting console, par cans, any special lighting effects; install all lighting devices and cabling; operate all lighting devices; uninstall all lighting devices and cabling at the conclusion of the banquet. Audio Services: The Contractor shall operate all audio devices; test to ensure operability & install all audio devices and cabling; tune all musical instruments. Video Services: The Contractor shall operate all video devices; edit all videos to produce one high quality commemorative video (VHS) of the banquet; test all video equipment to ensure operability of equipment; and deliver a high quality commemorative video ten (10) business days at the conclusion of the banquet. Administrative Services: The Contractor shall coordinate with the hotel representative and the government to ensure all audio equipment; video equipment and musical instruments are available to fulfill this requirement. CLIN-3: Contractor Furnished Property: The Contractor shall furnish all materials, equipment and services necessary to fulfill the requirements of this task order. Such materials include but are not limited to: Audio: 1 Ground Supported Speaker System capable of providing concert-quality audio for an audience of 1,000; 5 UHF Combo RF Microphones (Lav & Handheld); 1 8-Channel Audio Mixer; 1 CD Player; 1 VOG microphone; 1 Digicart; 1 Crew Communication System for crew of 10; 1 Mixing Board (8/10 microphone inputs, phantom power, 2 pre-fader auxiliary sends); 2 Speaker Cabinets consisting of a 15: LF driver and a horn HF driver; 2 Speaker Stands for above Speaker Cabinets; 1 Power Amplifier for above Speaker Cabinets (800W Yamaha); 2 Self-Powered Stage Monitors (Fender Powerstage); 1 100? 8in 4out XLR audio snake; 6-8 Microphone Stands with Booms; 6-8 25? microphone cables; 6-8 50? microphone cables; 1 2-channel compressor with cabling to patch into mixer main insert; AC cabling to cover FOH mixing position; 4 inputs for CG Band rhythm section (on stage). Video: 2 9' x 12' RP Screens and truss frame 4 Roadster x4 projectors for 12' screens; 2 Projector stackers; 2 29" Multi-scan floor monitors; 3 13" monitors for control riser; 1 Hi-res switcher; 1 Quad-split front of house monitor; 2 Beta Cam SP Players; 2 Beta Cam SP Record Decks; 2 DXC-D30WS Cameras; 2 18x1.2 X Camera Lenses; 2 Studio Kits with 5" Viewfinders; 2 CCU TX-7 with Remotes; 2 Tripods; 2 3'x3' camera risers with skirting; All appropriate cabling and power supply. Musical Instruments: 1 5-piece drum set including a high hat, ride (20 inch) and crash cymbal; 1 Baby Grand piano (Tuned); 1 Bass Amplifier ? 100 watts, 12-inch speaker combo amp. Lighting: Rigging Motor and Motor Control System with Hand held controller Truss System; Sufficient instruments to light podium, dais, and performance areas; Spotlight(s); Lighting Console; Dimming System; All appropriate cabling and power supply. Setup, assembly and disassembly are as above. The period of performance shall not extend beyond June 11, 2004. Award will be based on: 1) Previous design work supporting similar projects. Design work will be evaluated for: Creativity, Presentation, & Appropriateness of display to the theme. 2) Relevant Past Performance/References. 3) Proposed pricing. Award will be made to the responsible Offeror whose proposal conforms to the solicitation which is most advantageous to the government as described above. Offerors must provide three samples of previous work, three relevant past performance references, and price each CLIN. Proposals not meeting these submission requirements will not be considered. Award is anticipated on or about March 1, 2004. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, 52.212-5, 52.222-21, 52.204-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. There are no FBO numbered notes that apply to this procurement. The Government will consider all proposals received from responsible sources by 4:00 P.M. Eastern Daylight Time, February 20, 2003 at Commandant G-ACS-2B/at, USCG Headquarters, Attn: Ms. Arita Tillman, 2100 Second St., S.W., Washington, DC 20593-0001. Offers may be faxed to 202-267-4025 or 4019, or may be E-mailed to atillman@comdt.uscg.mil. Note: due to delays in mail service, offerors may consider use of commercial delivery services. PROPOSALS RECEIVED AFTER THE ABOVE DATE/TIME WILL BE CONSIDERED NONRESPONSIVE AND REJECTED. This procurement is being conducted under simplified acquisition procedures.
- Place of Performance
- Address: Hilton Walt Disney World Hotel, 1751 Hotel Plaza Boulevard, Lake Buena Vista, FL
- Country: USA
- Country: USA
- Record
- SN00517395-W 20040208/040206211523 (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 |