Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

99 -- AUDIO VISUAL EQUIPMENT LEASE FOR FORT CARSON 3 JULY CONCERT

Notice Date
6/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ12T0111
 
Response Due
6/22/2012
 
Archive Date
8/21/2012
 
Point of Contact
erica chin, 7195263649
 
E-Mail Address
MICC - Fort Carson
(erica.e.chin.mil@mail.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 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. 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 requested and a separate written solicitation will not be issued. Quotations shall reference solicitation number W911RZ-12-T-0111. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The Mission Installation Contracting Command (MICC) - Fort Carson intends to award a firm-fixed-priced contract for the leasing of Audio and Visual Equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $7.0 Mil. This requirement is a total Small Business set-aside and only qualified vendors may submit quotes. The Contractor shall propose the following Contract Line Item Numbers (CLIN): ITEM NO 0001 Audio Equipment Rental UNIT PRICE ____ AMT___ Venue Stage Rack - QTY 1 (Ea) Venue FOH Rack - QTY 1 (Ea) D-Show Main and side - QTY 1 (Ea) Avid SC-48 Console - QTY 1 (Ea) 56 channel 3-way split snake - QTY 1 (Ea) CPC 12 channel XRL F-box - QTY 8 (Ea) DMB M-4 monitor - QTY 12 (Ea) DMB Q1 Speaker Mains - QTY 18 (Ea) DMB B2 Sub - QTY 12 (Ea) DMB D12 NL-4 Amplifier - QTY 20 (Ea) CPC cable, 50 ft - QTY 8(Ea) LM-26 processor - QTY 1 (Ea) RAM power cable 250' - QTY 1 (Ea) PENN ELCOM SAS-speaker cranklift - QTY 2 (Ea) AMP power audio-distro L14L21 Edison feedthrough - QTY 1 (Ea) Feeder power cable 2/0 100' -QTY 1 (Ea) Feeder tails - QTY 1 (Ea) ITEM NO 0002 Video Equipment Rental UNIT PRICE ____ AMT ____ LED Sync 820C sender/scaler - QTY 2 (Ea) GTEK LED tile controller CM-08-281 - QTY 2 (Ea) G20-B LED tile 2' x 2' 20mm - QTY 96 (Ea) ITEM NO 0003 Lighting Equipment Rental UNIT PRICE ____ AMT__ Real FX DF50 HAZER - QTY 2 (Ea) ChamXyx Extra Wing - QTY 1 (Ea) ASUS Eeetop Mouse - QTY 1(Ea) Asus Eeetop PC 15.6 inch touchscreen - QTY 1 (Ea) ChamSys Maxi Wing - QTY 1 (Ea) Asus Eeetop Keyboard- QTY 1 (Ea) VL 2500 Spot - QTY 8 (Ea) Martin 301 Wash LED - QTY 12 (Ea) Martin Mac 101 LED moving head - QTY 32 (Ea) Motion Labs 4 way Motor Distro - L21 I/O P14 - QTY 1 (Ea) Motion Labs 4 Way Motor Remote -QTY 1 (Ea) CM 1 Ton Chain Motor - P14 - QTY 4 (Ea) Tomcat Core Truss 20.5" x 10' - QTY 8 (Ea) ITEM NO 0004 Staging Equipment Rental UNIT PRICE ____ AMT ____ Stageline SL320: 40' wide by 40' depth, and 40 FT high- QTY 1 (Ea) ITEM NO 0005 Crewing UNIT PRICE ____ AMT ___ Front of House (FOH) system engineer - QTY 1 (Ea) Lighting operator - QTY 1 (Ea) Monitor engineer - QTY 1 (Ea) Patchmaster - QTY 1 (Ea) Video Technician - QTY 1 (Ea) Stage Technician - QTY 2 (Ea) ITEM NO 0006 Transportation UNIT PRICE ____ AMT_____ TOTAL COST _________ CLINS 0001 through 0007. The contractor shall be responsible for furnishing the listed equipment for lease and listed engineers and/or crew to set up, operate, tear down, and remove the leased equipment from the specified location as outlined in the attached Statement of Work (SOW) at no additional cost to the government. The leasing period of performance is 2 July 2012 through 3 July 2012. SEE SOW CONTAINED IN THIS SOLICITATION FOR ADDITIONAL INFORMATION. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/ or www.acquisition.gov/far/. Provisions: 52.211-6 (Brand Name or Equal) 52.212-1 (Instructions to Offerors) 52.212-2. I (Evaluation Factors) 52.212-3 (Certs & Reps) 52.212-3 (Alt I Certs & Reps) 52.237-1 (Site Visit (Work on Government Installation) 252.225-7031 (Secondary Arab Boycott of Israel) 252.209-7999 (Deviation 2012-O0004 Representation by Corp Regarding an Unpaid Delinquent Tax Liability) Clauses: 52.204-7 (Central Contractor Registration) 52.247-34 (FOB Destination) 252.204-7003 (Control of Government Personnel Work Product) 252.204-7004 (Alt A, Central Contractor Registration) 252.211-7003 (Alt I, Item Identification and Valuation) 252.225-7002 (Qualifying country sources as subcontractors) 252.232-7003 (Electronic submission of payment requests and receiving reports) 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or executive Orders - Commercial Items) 52.209-6 (Protecting the Govt's Interest when sub contracting) 52.209-10 (Prohibition on Contracting with invested Domestic Corp) 52.204-10 (Reporting executive compensation and first-tier subcontract awards) 52.219-28 (Post award small business program representation) 52.219-6 (Notice of Total Small Business Set- Aside) 52.222-3 (Convict Labor) 52.222-19(Child labor-Corporation with authorities and remedies) 52.222-21 (Prohibition of Segregated Facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative action for workers with disabilities) 52.222-50 (Combating Trafficking in Persons), Officials) 52.223-5 (Pollution Prevention and Right -to-Know) 52.236-9 (Protection of Existing Vegetation, structure, Equipment, Utilities, and Improvements) 52.223-10 (Waste Reduction Program) 52.223-18 (Contractor Policy to Ban Text Messaging While Driving) 52.225-13 (Restrictions on Certain Foreigh Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.252-2 (Clauses Incorporated by Reference) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.203-7000 (Req. relating to Comp. of former DOD Officials) 252.225-7001 (Buy American Act and Balance of Payments) 252.232-7003 (Electronic Submission of Payment Requests & rec reports) 252.247-7023 (ALT III (coml. Items) Transportation of supplies by Sea) 5152.233-4000 (HQ AMC Level Protest Program (SEPT 2011) 5152.209-4000 (DOD Anti-terrorism (AT) Standards (Feb 2009) DODD 4500-36-9 Paragraph C8.2.5 (contractor Vehicle and Equipment Operator Certifications and Licenses) a. All CLINS shall be quoted FOB Destination to Ft. Carson, CO 80913 IAW with the SOW. b. The Government intends to award a purchase order resulting from this solicitation to the responsible vendor whose technically acceptable offer, conforming to the solicitation will be most advantageous to the government, price and past performance will be considered. The following factors shall be used to evaluate offers: technically acceptable, delivery, price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the proposal. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate proposals and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. c. To be eligible for award, contractor shall 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. d. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil/index.html. e. Vendor shall present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov. f. Questions concerning this solicitation shall be addressed to CPT Erica E. Chin, Contract Specialist, via email to erica.e.chin.mil@mail.mil not later than 12:00 PM Mountain Daylight Time (MDT) on 21 June 2012. MICC-Fort Carson will not accept inquiries or quotations via telephone or facsimile inquiries. g. Quotation shall be emailed to erica.e.chin.mil@mail.mil not later than 12:00 PM Mountain Daylight Time (MDT) on 22 June 2012. Quotes received after this time will be processed in accordance with FAR 52.212-1(f). Quotes shall be effective for 30 calendar days after close of solicitation. Statement of Work For 3rd of July Concert 2012 for the 4th Infantry Division Band General Information 1. Scope of work: The contractor shall provide the listed equipment for rental and listed engineers and crew to set up, operate, tear down, and remove rented equipment. The placement of equipment will be at Iron Horse Park in Fort Carson, CO. The contractor shall complete setup of equipment no later than (NLT) 2 July 2012 at 12:00 PM, Mountain Date Time (MDT). Contractor shall have all equipment and personnel available for a Dress Rehearsal on 2 July 2012 at 7:00 PM, MDT and ending at approximately 10:00 PM, MDT. The Event/ Performance will occur on 3 July 2012, at 4:00 PM, MDT and ending at approximately 10:00 PM, MDT. End time for the event is contingent on the timing of the firework show that is provided by the Fort Carson MWR activity. The contractor shall have all equipment and personnel at the event site (Iron Horse Park) NLT 3 July 2012, 2:00 PM (the day of performance). The contractor shall commence tear down and removal of all equipment immediately following the fireworks show. Contractor shall have all equipment removed NLT 6:00 AM on the 4 July 2012, MDT. The government will not be responsible for contractor equipment left at Iron Horse Park after 6:00 AM on the 4 July 2012, MDT. The contractor shall be responsible for all movement of equipment to and from Iron Horse Park. 1.1. Scope of Work: Audio Equipment Rental. The contractor shall provide the following equipment brand name/model or professional equal: Venue Stage Rack (minimum: 56x16 channel capacity) (1 ea) Venue FOH Rack (1 ea) D-Show Main and side-mixing console (minimum of 56 channels) (1 ea) Avid SC-48 Console - mixing console (minimum of 48 channels) (1 ea) 56 channel 3-way split snake (1 ea) CPC 12 channel XRL F-box Splitter (8 ea) DMB M-4 monitor- Stage monitors (12 ea) DMB Q1 Speaker Mains- Main Speakers (18 ea) DMB B2 Sub - Main subwoofer speakers (12 ea) DMB D12 NL-4 Amplifier (20 ea) CPC cable, 50 ft (8 ea) LM-26 processor - audio processor (1 ea) RAM power cable 250' (1 ea) PENN ELCOM SAS-speaker cranklift (2 ea) AMP power audio-distro L14L21 Edison feedthrough (Power distribution center) (1 ea) Feeder power cable 2/0 100' (1 ea) Feeder tails (1 ea) 1.2. Scope of Work: Video Equipment Rental. The contractor shall provide the following equipment brand name/model or professional equal: LED Sync 820C sender/scaler (2 ea) GTEK LED tile controller CM-08-281 (2 ea) G20-B LED tile 2' x 2' 20mm (Video Panels) (20mm LED Panels) (96 ea) 1.3. Scope of Work: Lighting/Rigging/Power Distribution Equipment Rental. The contractor shall provide the following equipment brand name/model or professional equal: Lighting: Real FX DF50 HAZER (2 ea) ChamXyx Extra Wing (1 ea) ASUS Eeetop Mouse (1 ea) Asus Eeetop PC 15.6 inch touchscreen (1 ea) ChamSys Maxi Wing (1 ea) Asus Eeetop Keyboard (1 ea) VL 2500 Spot (8 ea) Martin 301 Wash LED (12 ea) Martin Mac 101 LED moving head (32 ea) Rigging: Motion Labs 4 way Motor Distro - L21 I/O P14 (1 ea) Motion Labs 4 Way Motor Remote (1 ea) CM 1 Ton Chain Motor - P14 (4 ea) Tomcat Core Truss 20.5" x 10' (8 ea) Power Distribution: ACT Lighting PD 4 x 208v, 6 x L5-20, 6 x Edison (1 ea) The Government will provide 150 K Whisper Quiet Generators for power source. 1.4. Scope of Work: Staging Equipment Rental. The contractor shall provide the following equipment brand name/model or professional equal: Stageline SL320 (all-in-one mobile stage; separate roofing and trussing not acceptable): 40' wide by 40' depth (1 ea), and 40 FT high. Portable stage, minimum 40' width by 40' depth interior space; height from ground must accommodate 6'; must be a self leveling platform, stage surface must be plywood over steel; roof must be 42' width x 40' depth, over height from ground must be 32', stage clearance must be 25', roof must be comprised of fiberglass bonded on aluminum; must have a design-live-load of 100 lbs per square inch; must have wind resistance, must be able to withstand 90 mph winds, must be weather proof; must be fire-retardant; must have full line-array rigging capability Contractor shall be responsible for setup and tear down of stage. 1.5. Scope of Work: Transportation. Contractor shall provide freight and transportation of all equipment to and from Iron Horse Park, Ft. Carson, CO. Setup must be complete NLT 2 July 2012, at 12:00 PM, MDT, and contractor shall depart upon completion of tear down NLT 4 July 2012 at 6:00 AM, MDT. 2. Personnel. The contractor shall furnish the following Engineers and Crew: Front of House (FOH) system engineer (1 ea) Lighting operator (1 ea) Monitor engineer (1 ea) Patchmaster (1 ea) Video Technician (1 ea) Stage Technician (2 ea) The FOH Engineer shall be familiar with multiple musical genres including a traditional concert band and Army popular music ensembles. This individual is responsible for the sound reinforcement of the band and pre-recorded music to the audience to include mix and balance and overall level presented to the audience at a professional show level. This individual is also responsible for setup and operation of the front of house console to include all sound checks (conducted during the dress rehearsal) and the performance itself. 2.1. Certifications and Qualifications. Contractor personnel and their designated subcontractors shall have a working knowledge of the equipment listed in 1.1 through 1.4. All contractor personnel and their designated subcontractors shall be required to provide a Professional Show Production, including all areas of Sound Reinforcement, Video Production, Lighting Production, and Staging. The FOH Engineer shall be familiar with multiple musical genres including a traditional concert band and Army popular music ensembles. 2.2. Military Base Access. Contractor personnel shall meet minimum requirements for identification and licensing of their operated equipment when entering Fort Carson. All vehicle and personnel shall comply with Fort Carson and local traffic regulations and policy to include gate access and search requirements. All base access request procedures for any and all contractor personnel shall be the responsibility of the contractor. Information regarding Fort Carson Gate Access can be obtained by calling (719) 526-1264 / 8399. The after -hours number is (719) 526-5500. 2.3. Removal of Contractor Employees. 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 and shall be subject to such checks as may be deemed necessary. The Contacting Officer reserves the right to direct the removal of an employee for misconduct, security reasons, or any overt evidence of unlawful wrong doing. Removal of contractor employees for reasons stated above shall not relieve the contractor from responsibility for the total performance of this contract. 2.4. Vehicle Operators. Contractor personnel operating privately-owned vehicles on the installation shall have a valid state license to operate a motor vehicle as well as the commensurate insurance required for the state in which their vehicle is registered and shall comply with local, state, and installations laws, regulations, and policies. 3. Government-furnished Equipment, Property, Personnel, and Services. The government will provide all backline equipment, chairs, and music stands. The government will also provide the contractor a script of the show, a lighting plan, and videos (to follow the script,) and playback music to run during the fireworks show. 3.1. Audio and Video Recording. The government reserves and retains all rights to video and/or audio tracks produced during this performance. The contractor shall not distribute or utilize any video or audio recordings of this performance or any video or audio produced for this performance without written consent. 3.2. Loss of or Damage to Property. Upon discovery of any loss or damage to property and associated sub systems, the contractor shall immediately notify the Government POC or Contracting Officer verbally. The contactor shall provide a written notification to the Contracting Officer within two days of report of loss or damage. The contractor shall investigate and report to the Contracting Officer and Government POC all cases of loss, damage, or destruction of property in its possession as soon as the facts become known, but not later than 15 days after discovery. 4. Miscellaneous. None. 5. Contractor-furnished Items and Services. The contractor shall be responsible for the accountability and maintenance of all equipment necessary for the completion of the contract. The contractor shall be responsible for all setup, tear down, and removal of all contractor equipment. 6. Contract Administration Data. The Contracting Officer is the contract administrator. In no event shall any understanding or agreement, contract modification, change order, or other matter that deviates from the terms of this contract between the contractor and a person other than the Contracting Officer be recognized as an effective contractual document. 7. Submission of Invoices/Special Contract Requirements. 7.1. Compliance with applicable federal, state, and local requirements. In performing work under this contract, the contractor shall comply with all relevant federal, state, and local statutes; ordinances; laws; and regulations. 7.2. Liability. The government will not be responsible for damages to property or for injuries or death to persons that might occur without fault on the part of the government as a result of or incident to performance of the contract. 7.3. Permits and Responsibilities for Work. The contractor shall without additional expense to the government obtain all licenses and permits required for the execution of the work. The contractor shall be responsible for all damages to persons or property that occurs as a result of contractor's fault or negligence in connection with the execution of the work. 7.4. Rights of the Government to Perform Functions With its Own Personnel. The government reserves the right to perform or supplement performance of contract functions with government personnel during periods of disaster, war, emergencies, police actions, or acts of God. 7.5. Supervision. The government will not exercise supervision or control over the contractor's employees performing services under this contract. Such employees shall be accountable not to the government, but solely to the contractor who is responsible to the government. 7.6 GOV POC. The name of the Government POC will be provided after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1348ddd5f9e62e4aa19ee4a369a614fe)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02778894-W 20120620/120618235228-1348ddd5f9e62e4aa19ee4a369a614fe (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.