Virginia Bids > Bid Detail

Twilight Tattoo Media Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159011352376062
Posted Date: Mar 3, 2023
Due Date: Mar 9, 2023
Solicitation No: PANMCC-23-P-0000007823
Source: https://sam.gov/opp/28fb5690dd...
Follow
Twilight Tattoo Media Services
Active
Contract Opportunity
Notice ID
PANMCC-23-P-0000007823
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FT BELVOIR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 03, 2023 11:10 am EST
  • Original Response Date: Mar 09, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    VA 22090
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a trailer-mounted, high-definition LED video screen with minimum dimensions of 17’ x 32’, 8mm resolution, and capable of being elevated at least 12’ from ground level and able to produce of self-power generation. and associated technical equipment to support the integration of historical video content for the US Army Twilight Tattoo (TLT) performance series executed by the US Army Military District of Washington at Summer all Field, Joint Base Myer-Henderson Hall (JBM-HH), VA in late April through July 2023. The requirement would also apply to the same general period in fiscal years 2024, 2025 and 2026. In accordance with Department of the Army directive, US Army Military District of Washington (USAMDW) is charged with planning, coordination and execution of Army public outreach events in the National Capital Region (NCR) on behalf of the Army Senior Leadership. These events are intended to directly connect the Army with the American people, communicate Army Senior leader key messages and themes, and tell the "Army Story" in a way that educates, inspires and entertains the attending audience. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Small business contractors awarded contracts above the simplified acquisition threshold (SAT) are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.



This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 238990 all other Specialty Trade Contractors, with a size standard is $19.0M.



A need is anticipated the Contractor shall the contractor shall:



a. Provide and install decking to protect grass surfaces on Summer all Field during installation and removal of screen. Decking must be immediately removed after LED screen system is in place/removed to prevent killing grass/turf.



b. Provide and install decking under trailer landing legs/screen support system to ensure stable base throughout the period of performance.



c. Provide and install cable mats to protect all video screen cables in high traffic pedestrian areas.



d. Provide and install skirting around trailer base and around any components such as control cab/station that detract from the overall “finished” appearance of the screen.



e. Provide a trailer-mounted high definition (16:9 aspect ratio), LED video screen with a minimum screen size of 17’ x 32’, 8mm resolution, and capable of being elevated to a height where the bottom edge of screen is a minimum of 12’ off the ground.



f. Provide an alternate power source/generator capable of running the screen and all supporting components in the event of a fixed power failure, as well as all generator fuel and associated maintenance.



g. Provide all supporting equipment to include cables and cable mats needed to ensure the LED screen system is fully functional and capable of providing playback of historical content videography.



h. Execute all hook-ups for screen and supporting equipment noted in paragraph 2.b. above.



i. Conduct all required technical and safety of use checks on equipment.



j. Replace any defective components of the LED screen, crowd camera and supporting equipment throughout the period of performance.



k. Provide video technician support throughout all scheduled rehearsals and performances as noted in paragraph 5.b. of this Statement of Work.



l. Provide necessary transportation assets and material handling equipment (MHE), i.e., forklift and operator, to deliver and move decking.



Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Carolina Banks at carolina.d.banks.civ@army.mil with a courtesy copy (cc) to Gwendolyn Bridges, gwendolyn.bridges5.civ@army.mil at no cost to or obligation to the Government no later than 09 March 2023 at 2:00 p.m. EDT (Fort Belvoir local time).



In response to this sources sought, please provide:



1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.



2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.



3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.



4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.



6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



8. Recommendations to improve the approach/specifications to acquiring the identified items/services.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • 9410 JACKSON LOOP SUITE 101
  • FORT BELVOIR , VA 22060-5116
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 03, 2023 11:10 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >