Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2015 FBO #4794
SOURCES SOUGHT

R -- SOURCES SOUGHT

Notice Date
1/7/2015
 
Notice Type
Sources Sought
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD15T0039
 
Response Due
1/9/2015
 
Archive Date
3/8/2015
 
Point of Contact
Gina Blum, 845-938-5858
 
E-Mail Address
MICC - West Point
(gina.blum@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close Friday, January 9, 2015 at 1100 AM Eastern. The Mission and Installation Contracting Command at West Point, NY, has an anticipated requirement for production of a country music recording. The vendor is responsible for providing all personnel and equipment, including the producer, recording engineer, mix engineer and studio space. Scope of work consists of, but is not limited to: 1)The producer will provide oversight and guidance for the project as a whole. Duties will include ensuring all members of the production have needed information and oversight to properly perform their task. This service will include song selection, musical arranging as needed, and artistic and conceptual vision for the product. Vendor will be responsible for the production of a complete, recorded and mastered product for the USMA Band, consisting of eight musical selections. Vendor will select and provide musical instruments for these songs, to include: Guitar, Bass, Amps, Drums, Keyboards. The property and recording rights to this product shall be owned by the USMA Band and will be freely available under Freedom of Information Act requests. 2)The recording engineer is responsible for providing engineering services, to include operating the recording devices and consoles for the studio sessions needed to produce this album. The finished product will be a multi-track recording ready for mastering by the mix engineer. The first engineer must be able to operate the equipment provided by the studio. Vendor will be responsible for providing a complete mix of the eight song selections to the producer for mastering. The producer will be responsible for ensuring the technical specifications of the finished product will be acceptable with the mix engineer. 3)The mix engineer's responsibility is to mix and master the recording produced in studio to create a high quality recording. Knowledge of EQ, compression and leveling is required. The finished product is completed with input from the producer and USMA band personnel to create a fully realized product that is consistent with the artistic vision of the producer and USMA Band leadership. 4)The studio will provide the following space and equipment. Substitutions are possible, but must be confirmed with USMA Band personnel to ensure workflow continuity: a. 3 separate Isolation Booths of approximately 9'X13' or larger b.one isolation Booth of approximately 4'x10' or larger c.one large studio of approximately 12'x29' or larger d.contain a control room of approximately 20'x22' console that has 64 input SSL 4000G+ with Ultimation e.2 track rack- Alsesis Masterlink and Panasonic SC-3800 DAT Recorder f.Monitors- Mains; Quested HQ 210, Monitoring System powered by Bryston g.cue system- formula sound Q-8 h.outboard gear- three API 550 EQs, two API 560 EQs, Nightpro EQ3D, Tube Tech PE 1c EQ, API 312C Mic Pre, five API 512C Mic Pre, dbx 786 Mic Pre, Foucesrite ISA 215 Dual Mono MIc Pre/EQ, four dbc 160x Compressors, dbx 166 Stereo Dual Compressor, two Empiriacal Labs EL8 Distressors, Manley Stereo quote mark Variable-Mu quote mark Limiter/Compressor, Neve 33609 Stereo Compressor/Limiter, Tube Tech CL-1B Compressor, Tube Tech LCA-2B Compressor, Urei 1176 Limiting Amplifier (Blackface), Urei 1176 Limiting Amplifier (Silverface), three Drawmer DS201 Gates, Evintide H-4000, two lexicon PCM 42 Digital Delau Processor, Leixon PCM 70 Digital Effects Processor, Roland SDE-330 Dimensional Space Delay, Roland SRV-330 Dimensional Space Reverb, Yamaha SPX 990 Multi Effects Processor 5)Vendors who have not worked with the USMA Band previously should submit a bio that includes a discography for projects for which they have recorded, produced, or performed on in the country music genre. A list of industry awards and nominations should also be included. 6)A list of personnel to be used in each role should also be included along with the submission of materials. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 711510 with a Small Business Size Standard of $7.5M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length) clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a62884b150cf6d59954268058f368d62)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN03610421-W 20150109/150107234326-a62884b150cf6d59954268058f368d62 (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.