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.
CONTRACTORS: please communicate via EMAIL ONLY to Erin Colloton at
[email protected] All FINAL quotes must be received by 1 June 2009 4:00 PM EST.
VENDOR MUST PROVIDE THE FOLLOWING INFORMATION:
Company Name/Address and Phone #:
DUNS#:
CAGE Code:
Federal Tax ID:
Business Size:
Business Type: (i.e., Minorty/Women-Owned/Disadvantaged/Veteran Owned/Service Disabled Veteran Owned/HubZone/(8)a, etc.) Delivery Date: __Day ARO Point of Contact:
POC Phone/Fax/Email:
Total Amount of Quote (shipping &/or travel charges should be included in price of items and cannot be separately charged):
Current CCR Registration is mandatory.
FOB: DESTINATION- Fort Bragg, NC, 28310
Evaluation and Award
The Government will evaluate quotes in response to this request and award a purchase order/contract to the responsible offeror whose offer to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status, and/or quality). Award will be made based upon the Best Value to the Government in accordance with procedures in FAR 13.106-2(b).
This is an ALL OR NOTHING Requirement. ALL SERVICES MUST BE QUOTED to be considered responsive.
CLIN 0001: Air to Ground Service for Two Events
First Event: 5-6 June 2009 Indianapolis, Indiana
Second Event: 18-19 August 2009 Thunder Under the Boardwalk, Atlantic City, New Jersey
Both events are full shows
CLIN 0002: Contract Manpower Report
1.0. General. The purpose of this contract is to enhance the United States Army Parachute Team (USAPT) ability to provide spectacular visual demonstrations of aerial maneuvers to the American public, thus enabling the USAPT to achieve its strategic outreach objectives in a more efficient manner that keeps pace with current aerial performance trends and technology.
1.1. Scope of Work. Contractor shall provide and install two live feed air-to-ground video transmitters and shall operate the necessary ground receiving equipment on site. One transmitter will be installed by the contractor on board a C-31 Fokker aircraft and the second transmitter shall be installed alongside the helmet-mounted video camera being worn by a USAPT jumper. Live video will be fed to onsite screens/production. The contractor shall ensure that technology has been emplaced which will allow the jumper to switch the output of the helmet-mounted camera from the planes to the jumpers transmitter within 5 seconds while the plane is in flight. Additionally, the contractor shall be responsible for coordinating with the FCC for use of broadcast frequencies necessary to complete the live air-to-ground performance.
1.2. Event Locations. The services will be required at two different event locations. The location and event dates are as following:
1.2.1. Indianapolis, Indiana 5-6 June 2009 (Complete Show) Approximately 12 hours
1.2.2. 18-19 August 2009 Thunder Under the Boardwalk, Atlantic City, New Jersey (Complete Show) Approximately 12 hours
1.2.3. In the event of cancellation, Contractor shall agree to reschedule the event if deemed necessary.
1.3 Contract Manpower Report.
1.3.1 General. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes:
1.3.1.1. Contracting Office, Contracting Officer, Contracting Officers Technical Representative;
1.3.1.2. Contract number, including task and delivery order number;
1.3.1.3. Beginning and ending dates covered by reporting period;
1.3.1.4. Contractor name, address, phone number, e-mails address, identity of contractor employee entering data;
1.3.1.5. Estimated direct labor hours (including sub-contractors);
1.3.1.6. Estimated direct labor dollars paid this reporting period (including sub-contractors);
1.3.1.7. Total payments (including subcontractors);
1.3.1.8. Predominant Federal Supply Class Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);
1.3.1.9. Estimated data collection cost;
1.3.1.10. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information);
1.3.1.11. Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);
1.3.1.12. Presence of deployment or contingency contract language;
1.3.1.13. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).
Bid Protests Not Available