Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

H -- AUDIO VIDEO STUDIO ENGINEER CONSULTING AND TRAINING SERVICES

Notice Date
8/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36109-0715
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-13-Q-0005
 
Response Due
9/17/2013
 
Archive Date
10/26/2013
 
Point of Contact
Ronald Danford, 334 271-7358
 
E-Mail Address
USPFO for Alabama
(ronald.w.danford.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 combined synopsis/solicitation and any addendums will be posted via the FedBizzOpps.gov website at: http://www.fedbizzopps.gov. The NAICS code for this requirement is 541690 (other Scientific and Technical Consulting Service) and the small business size standard of $14M. This acquisition is limited to small business firms in accordance with 52.219-6 Notice of Total Small Business Set-Aside. This RFQ is issued under simplified acquisition procedures. The United States Property and Fiscal Office, (USPFO-AL), on behalf of the Multi Media Branch Alabama National Guard, intends to award a firm-fixed price contract for superior audio-visual engineering services. The maintenance and engineering service required by this announcement requires adjust, align, troubleshoot and repair equipment and software at a video production facility. The requirement includes but is not limited to providing design, consulting, and integration service of on-hand video equipment and systems. Provision of training of editors and control room operators on new and upgraded software and equipment is also required to include but not limited to: Avid and Final Cut. A minimum of six visits per year will be required. All equipment is located at the Multi Media Branch, 5401 Andrews Avenue, Fort Rucker, AL 36362. This requirement involves but is not limited to: 1. Installing, testing, and maintaining high definition switching and routing. 2. Installing, testing, and maintaining teleprompter equipment and software. 3. Installing, testing and maintaining Avid video editing systems and software. 4. Installing, testing and maintaining Avid and Facilis Terrablock video editing systems network. 5. Configuration of multi-viewer displays for control room operations. 6. Configuration of Ethernet and fiber-channel networking. 7. Installation and set up of broadcast equipment to include: a. Expertise in proper cable selection and termination for HD-SDI video and balanced audio. b. Deployment of cables via conduits and dress into racks and operator consoles to accepted industry standards. c. Mounting and support of equipment and power distribution in a broadcast equipment room. 8. Installing, testing, and maintaining portable audio visual conference equipment. In accordance with 52.236-2 Differing Site Conditions and 52.236-3 Site Investigation and Conditions Affecting the Work 52.236-27 Site visit -A mandatory organized site visit has been scheduled for 1000 am central time on 11 September 2013. Participants will meet at the Multi Media Branch Facility, 5401 Andrews Avenue, Fort Rucker, AL 36362. Fort Rucker is an open post but proof of insurance, valid vehicle registration and driver's license is required for entry. The visit is scheduled to give opportunity for interested offerers' opportunity to see equipment and its current configurations. Offerors shall provide documentation establishing expertise in broadcast video production facility design and engineering and providing engineering services in a broadcast production environment. To be considered qualified to perform this requirement site visit participants will provide a credit list from productions completed, as well as a list of references from completed engineering projects at the time of the site visit. The minimum number acceptable is three completed project within the last year. Failure to provide the documentation will result in being found non responsive to this announcement. A question and answer session with each attendee may be required with focus of questions on Chroma Key studio operations, Remote video acquisition, Video systems networking and integration, Video editing systems and software, and Audio Visual Conference Support. The requirement will be for one (1) base year and four (4) one year options. Quotes will include price for base year and 4 option years. All contractors seeking award must be registered in the System for Award Management (SAM) Database. For SAM information and help contact the Federal Service Desk, at https://www.fsd.gov/ or 866-606-8220. For SAM registration, reference the following website: https://www.sam.gov/ The Government will accept electronic offers in response to this solicitation. Please submit offers to this Request for Quote electronically to the following email address: ronald.w.danford.mil@mail.mil No later than September 17 2013, 2 p.m. central time. All questions regarding this combined synopsis/solicitation should be submitted on or before September 5, 2013 at 3:00 p.m. ct to ronald.w.danford.mil@mail.mil Answers will be provided via an amendment to the solicitation which will be posted to this website. Questions will not be accepted after this date and time. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer is the lowest price technical acceptable (LPTA). Quotes will be valid for 30 days. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/.. The following clauses are applicable to this acquisition: FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-9 -- Estimate of Percentage of Recovered Material Content for EPA Designated Items; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 The clause at 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.210-7000 Contracting Officer's Representative, 252.213-7000 252.225-7001, Buy American Act and Balance of Payments Program; 252-232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions, 252.232-7010 Levies on Contract Payments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-13-Q-0005/listing.html)
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
 
Record
SN03163536-W 20130829/130827235059-d736dce36a700e687380a343b5d34c86 (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.