Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOLICITATION NOTICE

T -- Video Post-Production Services

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-0020
 
Point of Contact
Nicholas Fisher, Phone: 202-404-8343, Monica L. Ceaser, Phone: 202-767-7979
 
E-Mail Address
nicholas.fisher@afncr.af.mil, Monica.Ceaser.ctr@afncr.af.mil
(nicholas.fisher@afncr.af.mil, Monica.Ceaser.ctr@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Competitive Synopsis/Solicitation 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-0020. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. 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 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 Strathmore Hall, Bethesda, MD 20852-3385, in accordance with the statement of work (SOW) below. QTY: 1 LOT, UNIT PRICE: tiny_mce_marker_________, EXTENDED AMOUNT: tiny_mce_marker_________. 1.0. DESCRIPTION OF SERVICES 1.1. SCOPE OF WORK. This is a taped event for a later broadcast. The taping takes place at the Strathmore on the 13th and 14th of May 2010. The contractor for this Statement of Work shall provide the following equipment and services for post-production of the event. The post-production facility shall have Broadcast entertainment programming experience, as well as the technical and creative resources necessary to complete a full High-Definition program which meets or exceeds the Broadcast requirements of any major High-Definition Network or HD Cable broadcaster, ie: CBS, PBS. The contractor shall provide the finished Masters in HDCAM Format. The contractor shall provide at a minimum, the appropriate number of trained persons and equipment (see list below) necessary to accomplish all numbered items listed in the Statement of Work. Any substitution of gear must be approved in writing by the USAF Band Producer. The contractor shall provide examples of work. Examples should represent the contractor's ability to provide post production services for a live musical production. The acceptable format is DVD. 1.2. SERVICES. Contractor shall digitize all footage from the taping in AVID HD format. All files shall be saved onto a contractor-provided hard drive. Contractor shall ship drive to director for preliminary post production editing. Director shall return drive to contractor prior to final post-production dates. Contractor shall provide the following broadcast quality facilities and services for the conforming of the finished program. 1.3. MEETINGS. The contractor shall ensure that key personnel attend the production meeting on 1 MAY 10 at the Strathmore. Key personnel shall be available, in person or via teleconference, for any additional meetings that may be required during the entire production period 10-14 MAY10. 1.4. PRODUCTION. All key personnel shall be on-site and available from 10-14 MAY 10 as determined necessary based on coordination with SMSgt Jeb Eaton (202) 767-4095 (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 contractor shall ensure key personnel can be contacted immediately if an emergency meeting or change in schedule becomes necessary. All meetings and services shall occur at The Music Center at Strathmore 5301 Tuckerman Lane North Bethesda, MD 20852-3385. The schedule is as follows: Production Meeting 12 APR 10 Taping 13-14 MAY 10 Editing in Post Production 5-9 JUL 10 1.5. CONTRACTOR REQUIREMENTS. 1.5.1. Contractor Employees. The contractor shall provide qualified and trained employees for all equipment used in this contract to include: Primary OnLine Editor-must have extensive broadcast entertainment programming experience editing programming of this nature. Minimum Qualifications of Personnel. The contractor shall meet these minimum qualifications: Professional experience as an editor for 20 years; Professional editing experience for at least 6 live musical broadcasts; Provide a minimum of two (2) examples of professional work in the form of DVD. 1.5.2. 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. 1.5.3. 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. 1.6. 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. 1.7. GOVERNMENT FURNISHED PROPERTY 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. 1.8. CONTRACTOR FURNISHED EQUIPMENT. Video Decks- 2 - decks for playback of HDCAM production tapes in 1080/30i and 1080/24p as well as LayBacks to HDCAM in 1080/30i and 1080/24p. Master will have Stereo audio on ch. 1&2 and Dolby E on ch. 3&4. This shall be the format provided by the government. Editing System- Due to production cohesion the contractor must provide the following non-linear video editing system: 1 - AVID Adrenaline or Nitris OnLine HD Editing System with AVID's latest software release, running on at least a Quad-Core Computer mainframe with AVID's DNXCEL Hardware, with more than adequate OnLine Drive Space for all Ingested Media. The AVID HD Editing System must also have a full compliment of DVE 3D-Effects, Full Character-Generation, and complete Multi-Level Color-Correction capabilities. Audio Monitoring must be of appropriate quality for Concert programming. Technical Video Levels Monitoring must also be available online. Access to High-Speed InterNet Connection in Edit Suite, with Printing and Faxing. Program Monitor- The Master Program Monitor must be a 16x9 1080i native LCD Broadcast Monitor 42" or bigger for OnLine Editing quality assurance. Other monitors must also display in 16x9 Natively. Audio capability- The ability to Import Broadcast WAV and/or AIFF Audio Tracks and Sync with Edited video, from PreMixed Audio files in Stereo and/or 5.1 Surround Sound. Edit suite monitoring of the 5.1 Surround Sound mix. Dolby E encoding for the air master. Also, the ability to Export AAF Audio files for Mixing in ProTools, or better, with sound-effects, if necessary. Additional video products- Must provide compression to QuickTime or WMV clips of intermediate edited program progress, available for web streaming at the end of any editing session, as needed. Shall be able to provide Full Duplication capabilities for HD Clones, Down-Conversions to Digital and Analog formats, DVD or Blu-ray Authoring. 1.9. GENERAL INFORMATION 1.9.1. 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. 1.9.2. 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. 1.9.3. 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 govnerment representative. 1.9.4. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. 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 conforms to the solicitation most 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 meets or exceeds the requirements affordably. A decision on the technical acceptability of each offeror's quote 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 teams evaluation's 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, refernces 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 th 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, IGCE, or any other information used as a basis or 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 Representaion 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, $24.15; Employee Class: Computer Operator IV, Monetary Wage-Fringe Benefits: GS-07, $19.75. The incorporated Wage Determination 2005-2103 (Rev.-8), dated June 02, 2009, revision 8 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 12:00 P.M. Eastern Standard Time (EST) on 05 April 2010 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to nicholas.fisher@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to TSgt. Nicholas Fisher, Contract Specialist, Phone (202) 404-8343, FAX (202) 767-7887 or e-mailed to nicholas.fisher@afncr.af.mil or Monica Ceasar, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887 or e-mailed to Monica.ceasar.ctr@afncr.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7012-10-T-0020/listing.html)
 
Place of Performance
Address: Strathmore Hall, Bethesda, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02101990-W 20100326/100325012151-1d6939d63d076d4efb28c3e1db6e1782 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.