SOLICITATION NOTICE
T -- Video Production Crew
- Notice Date
- 3/24/2010
- 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, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
- ZIP Code
- 20032
- Solicitation Number
- FA7012-10-T-0017
- Archive Date
- 4/20/2010
- Point of Contact
- Anthony Vaughn, Phone: 202-767-8034, Monica L. Ceaser, Phone: 202-767-7979
- E-Mail Address
-
anthony.vaughn.ctr@afncr.af.mil, Monica.Ceaser@afncr.af.mil
(anthony.vaughn.ctr@afncr.af.mil, Monica.Ceaser@afncr.af.mil)
- 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) and the reference number is FA7012-10-T-0017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. The North American Industry Classification System code is 512110 with a business size standard of $29.5 million. The proposed contract is 100 percent set-aside for small business. CONTRACT LINE ITEMS: 0001: Nonpersonal Services: The contractor shall furnish personnel, equipment, tools and transportation necessary to provide a video production crew to include taping services, production, post production services, and meetings for the United States Air Force (USAF). The contractor services shall be performed at the Strathmore Hall, Bethesda, MD 20852-3385, in accordance with the statement of work (SOW) below. The period of performance is from 12 April 2010 through 14 May 2010. QTY: 1 LOT, UNIT PRICE: Schedule A: _________, EXTENDED AMOUNT: _________. Schedule B: _________, EXTENDED AMOUNT: _________. 1.0. DESCRIPTION OF SERVICES. 1.1. SCOPE OF WORK: This Statement of Work is for a video production crew to support a videotaped event for later broadcast to be recorded at Strathmore in North Bethesda, Maryland. The projected production schedule is as follows: pre-production and location survey meeting is to occur on 12 April 2010. The load-in will take place on 10 OR 11 May 2010. There will be a sound-check and taped dress rehearsal on 13 May 2010. The final taping before a live audience shall be on 14 May 2010. The audio will be captured by a dedicated truck and separate crew to be provided by the government. 1.2. SERVICES. The contractor shall provide the appropriate number of trained persons and equipment necessary to accomplish all numbered items listed in the Statement of Work. See paragraph 1.7.4.1. Any substitution of gear must be approved in writing by the USAF Band Producer. The contractor shall provide examples of their work. Examples should represent the vendor's ability to shoot and switch a live musical production. Acceptable format is DVD. 1.3. MEETINGS. The Contractor shall ensure that key personnel attend the production meetings at Strathmore, North Bethesda, Maryland within a 24 hour notification period to discuss the production. All daily times and shall be coordinated with USAF Band Producer. Key personnel shall be available, in person or via teleconference, for any additional meetings that may be required during the entire production period 10 May 10 - 14 May 10. All prospective contractors shall ensure they can meet the daily schedule as stated in the SOW. 1.4. PRODUCTION. All key personnel shall be on-site and available from 10 - 14 June 2010 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 vendor shall meet the requirements necessary to fulfill the production expectations. The vendor shall ensure key personnel can be contacted immediately if an emergency meeting or change in schedule becomes necessary. The contractor's key personnel shall be on-site and available in accordance with the tentative schedule as follows. All meetings and services shall occur at The Music Center at Strathmore 5301 Tuckerman Lane Bethesda, MD 20852-3385. There are two options for schedules. The vendor shall provide a separate quote for each schedule Schedule A is as follows: Production Meeting 12APR10 1000-1200 Load-In 10MAY10 0800-1700 Cue to Cue Tech Rehearsal/Work Notes 11MAY10 0800-2200 Cue to Cue Tech Rehearsal/Work Notes 12MAY10 0800-2200 Dress Rehearsal and Taping 13MAY10 1000-2100 Show and Taping 14MAY10 1300-2200 Load-Out 14MAY10 2200-0300 Schedule B is as follows: Production Meeting 12APR10 1000-1200 Load-In 11MAY10 0800-1700 Cue to Cue Tech Rehearsal/Work Notes 12MAY10 0800-2200 Dress Rehearsal and Taping 13MAY10 1000-2100 Show and Taping 14MAY10 1300-2200 Load-Out 14MAY10 2200-0300 1.5. EQUIPMENT. Contractor shall provide the following professional quality equipment. A 9'to 18' adjustable camera jib with all necessary cabling and components to mount and operate a hand held camera provided by a separate contractor. A Steadi-Cam camera stabilization system or equivalent with all necessary cabling and components to mount and operate a hand held camera provided by a separate contractor. 1.6. CONTRACTOR FURNISHED ITEMS AND SERVICES. Except for those items or services specifically stated as Government Furnished Property/Services, the contractor shall furnish everything required to provide a video production crew and service on this contract. 1.7. GENERAL INFORMATION. 1.7.1. Government Remedies. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items, for contractor's failure to perform satisfactory services or failure to correct nonconforming services. 1.7.2. Recognized Holidays. Memorial Day and Independence Day 1.7.3. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. 1.7.3.1. Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card and submit them to Security Forces, Pass and Registration. Vehicle registration, proof of insurance and a valid driver's license must be presented for all vehicles to be registered. The contractor must submit a complete list of all employees performing on this contract through the Contracting Office to the Security Forces. Lost vehicle and entry passes shall be reported immediately to Security Police and the government representative. 1.7.3.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. 1.7.4. Contractor Requirements. 1.7.4.1. Contractor Employees. The contractor shall provide a Technical and IMAG Technical Director with 3- 5 years experience switching live music programs and working with shot sheets. The contractor shall provide Camera Operators consisting of pedestal camera operators and handheld operators. All operators must have at least 2 years documented experience working with live music programs, reading shot sheets and operating HD cameras. A Jib Operator and Steadi-Cam Operator with at least 2 years documented experience working with live music programs, reading shot sheets and operating HD cameras. The contractor shall provide a Senior and Assistant video operator operator with HD experience. The contractor shall provide Video tape operators and an EVS operator. An Audio Operator will be needed to support intercom, signal distribution and video truck audio monitoring. The contractor shall provide a Lighting Designer with at least twelve (12) years of professional experience as a lighting director for video. Also, the Lighting Director shall have professional experience as a lighting director for a live musical HD broadcast. A resume shall be provided reflecting this experience. The contractor shall provide a Lighting Programmer and Gaffer. The contractor at a minimum will need to provide two (2) examples of professional work in the form of DVD video and three (3) references. 1.7.4.2. The contractor shall provide the following personnel as determined by the USAF Producer based upon the tentative schedule in section 1.4. Contractor/Supervisor to coordinate all crew and serve as liaison between production crew, director and the USAF and a Senior Engineer (EIC) representing the USAF. 1.7.5. 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. 1.7.6. 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. 1.7.7. 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. INSPECTON AND ACCEPTANCE TERMS: Services shall be accepted at Strathmore Hall, Bethesda, MD 20852-3385. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-1 is as follow: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 52-222-22, 52.222-25, and 252.225-7000. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government. The competing offerors' price is more important after technical information is acceptable. The government seeks to award to the offeror who best meet or exceed the requirements affordably. A decision on the technical acceptability of each offeror's quoted shall be made. Only those offerors determined to be technically acceptable, either initially or as a result of clarifications, will be considered for award. A rating of unacceptable will render the entire proposal unacceptable. The Government will determine technical acceptability as described by the evaluation factors. In making this decision, the Contracting Officer will integrate the evaluation team's evaluations of the evaluation factors. Evaluation Factors: 1. Technical Factor: Trained Contractor Personnel: The standard is met when adequate resumes/certifications for key personnel are provided with sufficient information indicating personnel education, experience, references, and examples of work submitted as well as any other information relative to performance of this contract. The extent, depth and quality of the key personnel's relevant work experience, as well as the quality and applicability of their education technical experience and professional development as they relate to their proposed position in performance of the contract shall be evaluated. The following technical evaluation factors will be evaluated and rated according to the chart listed below: Rating Definition Acceptable Acceptable - meets minimum mandatory requirements. Unacceptable Unacceptable - does not meet minimum mandatory requirements. 2. Price Factor: This factor will evaluated the cost proposal to determine price analysis and price reasonableness of the proposed total evaluated price. Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. This may be ground for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. By signing its offer, the offeror certifies that the price stated on the CLIN includes an appropriate apportionment of all costs, direct and indirect, overhead, and profit. Review of the offeror price data will consist of an analysis to determine the following: (A) Price Analysis. All cost and financial information required by the is RFQ and amendment (s) there to have been submitted. One or more of the following techniques may be used to perform price analysis. (1) Comparison of proposed prices received in response to the solicitation. (2) Comparison if prior proposed prices and contract prices with current proposed prices received for the same or similar end items. (3) Comparison of proposed prices with Independent Government Estimates (IGE). (B) Price Reasonableness. Each quotation will be evaluated to determine whether the government considers the proposed price to be reasonable. The government will evaluate price reasonableness in relation to commercial or market price lists, IGE, or any other information used as a basis for comparison. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.204-7, 52.214-31(f)(1) fax# (202)767-7887, 52.214-34, 52.214-35, 52.223-5, 52.223-6, 52.237-2, 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: 252.232-7003, 252.232-7006, 252.246-7000 and 252.247-7023 Alt III, 252.225-7001, 252.225-7002, 252.232-7010, 252.243-7001, and 5352.242-9000: (c) Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762 Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-21,, 52.222-26, 52.222-36, 52.222-41, 52.222-43, 52.222-50, 52.223-5, 52.232-33, 52.233-3, 52.233-4 and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Photographer IV, Monetary Wage-Fringe Benefits: GS-09, $25.56; Employee Class: Computer Operator IV, Monetary Wage-Fringe Benefits: GS-07, $20.90. The incorporated Wage Determination 2005-2104 (Rev.-10), dated June 2 2009, revision 10 is applicable. The web site is http://www.wdol.gov. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 2:00 P.M. Eastern Standard Time (EST) on 5 April 2010 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to anthony.vaughn.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Anthony Vaughn, Contract Specialist, Phone (202) 767-8034, FAX (202) 767-7887 or e-mailed to anthony.vaughn.ctr@afncr.af.mil or Monica Ceaser, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-8097 or e-mailed to monica.ceaser.ctr@afncr.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7012-10-T-0017/listing.html)
- Place of Performance
- Address: Strathmore, North Bethesda, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02101500-W 20100326/100325011640-867a9181fb65f7b106a9402e573fe601 (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 |