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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-18. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-07-T-0033. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 711510 at $6.5 million size standard. The incorporated Wage Determination 2005-2103, dated 05 July 2007 revision 4 is applicable. LINE ITEM 0001: Contractor will provide lighting services in accordance with the attached statement of work. UNIT PRICE: $___________, EXTENDED AMOUNT: $_____________ . THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Items shall be priced FOB Destination. Items shall be delivered to 201 McChord Street, Bolling AFB DC 20032. Dates of performance: 16 Sept ? 23 Sept 2007. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.211-6, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Add paragraph (1), Offeror must include with its offer, a completed copy of provision FAR 52.212-3, Offerors Representations and Certifications in full text. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.214-34, 52.214-35, 52.223-5, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6(b), DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001 (DEV), 252.225-7001, 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items (DEV) apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 12:00 p.m. Eastern Standard Time (EST), 13 August 2007 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to
[email protected]. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to SrA Richard Harper, Contract Specialist, Phone (202) 767-8033, FAX (202) 767-7887, E-mail to
[email protected] OR SSgt Gus Spencer, Contract Specialist, Phone (202) 767?7979, FAX (202) 767?7887, E-mail to gus.spencer@bolling.af.mil.-----------------------------------------------------------------
STATEMENT OF WORK FOR LIGHTING SERVICES
1.1 SCOPE OF WORK. The vendor shall provide all personnel, equipment (not provided by the government), tools, materials, supervision, or services necessary to provide lighting services for the USAF Band ceremonial Tattoo.
2.0 SERVICE DELIVERY SUMMARY
3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES
3.1.1 No equipment shall be provided by the government. The vendor is responsible for all equipment necessary to perform the job.
3.1.2 Based on past experience and lighting needs for this performance, the government has attached an equipment list of gear that will perform the job (See 5.0 Appendix 1). All vendors shall submit their list of gear prior to award for approval.
4.0 GENERAL INFORMATION
4.1 The ceremony shall take place on the ceremonial lawn located located on Bolling AFB DC.
4.2 Vendor shall provide four spotlight operators, 1 programmer and 6 electricians.
4.3 Vendor shall provide all personnel for setup strike and run of equipment.
4.4 Vendor shall provide a Clearcom system with 7 headsets and beltpacks.
4.5 Vendor shall provide all plat-forming, scaffolding or other necessary devices.
4.6 Vendor shall perform the service at the Ceremonial Lawn on Bolling AFB. All daily times shall be coordinated with TSgt Jeb Eaton (202) 767-4095. All prospective vendors shall ensure they can meet the daily schedule prior to placement of bid.
4.7 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.
4.8 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.
4.9 The contractor shall ensure compliance with all federal, DoD, AF, and Bolling AFB vehicle identification policies for contractor-owned vehicles.
4.10 The contractor shall obtain proper identification badges for access to Bolling AFB, for the duration of the contract.
4.11 TRAVEL, MEALS, LODGING AND INCIDENTAL EXPENSES. The vendor shall be responsible for making all travel and lodging arrangements. Government transportation and lodging will not be made available. The vendor is responsible for all associated expenses.
4.12 RIGHTS AND ROYALTIES: All rights and royalties resulting from the production of recordings 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.
4.3 Hours of Operation
Sunday 16SEP07
Scissor lift / forklift delivery to site
Monday 17SEP07
0800 Lighting Delivery/setup
1200 Lunch
1300 Work resumes
1700 End of day
Tuesday 18SEP07
0800 All departments resume working
1200 Lunch
1300 Work resumes
1700 End of day
Wednesday 19SEP07
1700 Lighting reports
1900 Focus and cue writing
0400 End of day
Thursday 20SEP07
1500 All Departments report
2300 End of day
Friday 21SEP07
1500 All Departments report
2300 End of day
Saturday 22SEP07 Dress Rehearsal
1500 All Departments report
2300 End of day
Sunday 23SEP07 Show Day
1500 All Departments report
2030 Load-out
0600 End of day
5.0 Appendix 1
Vendor shall provide the following equipment or equipment capable of achieving the same results.
7 Scissor lift towers, matched to color and height
4 Strong 2.5 kWGladiator Followspots
24 Martin Mac 2000 Profile Units, with 2 spares
24 Martin Mac 2000 Wash Units, with 2 spares
65 1kw MFL Par 64, with 2 spares
65 8 lb Floor Bases, with 2 spares
2 MA Lighting Grand MA lighting consoles with monitors, 1 backup included
All necessary distros, cable, dimmers, color and any other items needed for the lighting department
Bid Protests Not Available