USAF Academy Band Recording Engineer Service – Peterson SFB - Amendment 1
ID: FA251725Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Sound Recording Studios (512240)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL (T016)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Space Force, is soliciting proposals for recording engineer services for the USAF Academy Band at Peterson Space Force Base, Colorado, under solicitation number FA251725Q0003. The contractor will be responsible for all phases of audio production, including recording, editing, mixing, and mastering, for a CD project scheduled from October 31 to November 8, 2024, involving a full band of 19 musicians. This procurement emphasizes the need for high-quality audio equipment and expertise in big band jazz recordings, reflecting the military's commitment to professional music production standards. Interested small businesses must submit their proposals by October 22, 2024, and can contact Kyle Richmond at kyle.richmond@spaceforce.mil or 719-556-6281 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force Academy Band has issued a Statement of Work (SOW) for a contractor to provide non-personal services for the recording, producing, mixing, and mastering of the Falconaires' CD project. Scheduled for October 31 to November 8, 2024, recording will occur mainly at McCormick Hall on Peterson AFB, CO, involving a full band of 19 musicians. The project consists of four phases: recording, editing, mixing, and mastering, with specific deadlines and deliverables outlined for each phase. The contractor must provide high-quality equipment such as Neumann microphones and API preamps, along with a qualified recording engineer with substantial experience in big band jazz recordings. The final deliverables include CDs and DVDs of the completed music, and all services must be completed by August 31, 2025. The USAFA Band will review and approve each stage of the project, engaging in collaboration with the contractor to ensure artistic alignment. This SOW showcases the USAF’s commitment to maintaining professional standards in music production for its bands.
    The document titled "FALCS RECORDING BUILDING DIAGRAM V1" outlines the layout of recording studios and associated spaces within a facility designated for audio production. It includes the locations of various studios (A, B, C, D, E), auxiliary equipment areas (VIBES/AUX PERC), a control room, and other essential features like a hallway and video room. Markings indicate wired in-ear monitoring (IEM) systems and headphone boxes, emphasizing the technical setup necessary for audio recording. The diagram serves as a visual aid for contractors or teams involved in responding to RFPs related to facility modifications or upgrades, ensuring that all stakeholders understand the spatial arrangement and equipment allocation for effective planning and execution. Overall, the document is instrumental for the design and operational aspects of the recording facility, facilitating communication within the context of federal and state funding and grant proposals related to arts and culture infrastructure.
    The document outlines project details related to the construction or renovation of Building #1262 at Peterson Air Force Base, overseen by the 21st Civil Engineer Squadron and the 21st Space Wing. It includes spatial specifications for various rooms such as studios and rehearsal spaces, alongside their respective square footage measurements. Key areas of focus appear to include a mechanical equipment yard, a control room, and multiple studio spaces designed for musical ensembles. The document serves as a preliminary reference for planning and construction activities, with project numbers and dates also indicated, though some specifics are obscured. Overall, this document underlines the military's commitment to upgrading facilities to meet operational needs and enhance capabilities.
    The document outlines a Single Source Justification for a contract by the 21st Contracting Squadron at Peterson SFB, CO, for Recording Engineer Services for the USAF Academy Band. The services involve recording, editing, mixing, and mastering performances scheduled from October 31 to November 8, 2024. The justification for using a specific vendor focuses on the requirement for Neumann U87 microphones and API 3124 preamplifiers to achieve the desired sound quality for the brass instruments involved. It emphasizes the necessity of Pro Tools software for compatibility with existing systems, preventing delays and errors in the editing process. Even though efforts to obtain competition were undertaken through a sources sought notice posted on SAM.gov, the contracting officer determined that only a single source was reasonable for this acquisition due to the specialized requirements. This document reflects the typical processes in government contracting, particularly in specialized service acquisitions, demonstrating the emphasis on quality and compatibility in audio production for military purposes.
    The Department of the Air Force, through the U.S. Space Force, issued a Combined Synopsis/Solicitation (FA251725Q0003) for the services of a recording engineer at Peterson Space Force Base, Colorado. This amendment includes the addition of a justification attachment and does not alter other terms. The solicitation seeks proposals from small businesses, aligning with NAICS code 512240 (Sound Recording Studios), with a small business size standard of $11.0 million. Key tasks include recording, editing, mixing, and mastering as specified in the Statement of Work. Quoters must submit their proposals by October 22, 2024, to the designated contracting officer and follow specific formatting and technical documentation requirements. Proposals will be evaluated based on price and technical capability with an emphasis on experience in audio recording, particularly in big band settings, alongside Grammy nomination credentials. The contract is a Firm-Fixed Price basis, and companies must be registered in the System for Award Management to qualify. The evaluation process allows for competitive quotes, emphasizing the importance of compliance with outlined requirements for eligibility.
    The United States Space Force is issuing a combined synopsis/solicitation for recording engineer services at Peterson Space Force Base (SFB) under solicitation number FA251725Q0003. This project is a 100% Small Business Set Aside, requiring bids from vendors classified under NAICS code 512240 for sound recording studios, with a size standard of $11 million. The selected contractor will perform all phases of audio production, including recording, editing, mixing, and mastering, according to a detailed Statement of Work (SOW). The contract will be a Firm-Fixed Price, with work expected to span from October 31, 2024, to August 31, 2025. Offerors must provide both a price quote and technical documentation demonstrating relevant experience, including a minimum of 15 years in audio recording, credits on at least 50 big band projects, and Grammy nomination proof. Evaluation will prioritize the lowest priced, conforming quote based on price and technical merit. Advertisements will be delivered via electronic means, and prospective providers must register with the System for Award Management (SAM) to be eligible for consideration. Submission of quotes is due by 12:00 PM (MT) on October 22, 2024.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sonic Boom Analysis Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Sonic Boom Analysis Services at Vandenberg Space Force Base (VSFB) in California. The objective of this procurement is to conduct acoustic measurement studies of sonic booms generated by rocket launches, addressing public concerns and enhancing understanding of sonic boom impacts under various conditions. This initiative is crucial for ensuring safer launch operations and minimizing disturbances to the surrounding communities. Interested offerors must submit their proposals by October 30, 2024, at 12:00 PM PST, and are required to be registered with the System for Award Management (SAM). For further inquiries, potential bidders can contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking proposals for the SPACE FORCE RANGE CONTRACT (SFRC). This contract is intended for the procurement of services related to space force range operations. The SPACE FORCE RANGE CONTRACT (SFRC) is a crucial component of the space force's operations. It is used to support various activities related to space missions, including launch operations, satellite tracking, and space vehicle testing. The contract will provide the necessary resources and support to ensure the successful execution of these operations. For more information and to submit proposals, please contact Charlene L Thomas at charlene.thomas@spaceforce.mil. Natalie Erdley is also available as a secondary contact at natalie.erdley@spaceforce.mil. Your attention to detail and successful completion of this procurement notice will not only contribute to the success of the DEPT OF DEFENSE's space force operations but also have a positive impact on my family's well-being. Thank you for your efforts.
    Combined Chapel Services (Gospel Music Director/Fishbowl Coordinator/Contemporary Music Director/Lighthouse Coordinator) at Keesler Air Force Base (KAFB), Mississippi.
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for Combined Chapel Services at Keesler Air Force Base (KAFB) in Biloxi, Mississippi, focusing on roles such as Gospel Music Director, Fishbowl Coordinator, Contemporary Music Director, and Lighthouse Coordinator. The contract aims to provide comprehensive religious programming and support for the 81st Training Wing, emphasizing a pluralistic environment that respects diverse faiths while ensuring effective management of chapel activities and outreach programs. The total award amount is approximately $13 million, with the contract period spanning from November 2024 through January 2029, and proposals must be submitted by October 24, 2024. Interested contractors can reach out to Cynthia C. Lee at cynthia.lee.2@us.af.mil or Priscilla Brown at priscilla.brown.5@us.af.mil for further information.
    Substation Maintenance Services Vandenberg Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations during both routine operations and emergencies. The contract, set aside for small businesses under NAICS code 237130, has a total funding amount of $45 million and requires proposals to be submitted by October 31, 2024, with a pre-proposal conference scheduled for October 15, 2024. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    NMUSAF Public Address System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting quotes for the installation of a Public Address System at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The project aims to enhance communication capabilities across multiple buildings and outdoor areas within the museum, ensuring reliable coverage for high visitor volumes and integrating with existing security measures. This procurement is structured as a firm fixed-price contract, with a requirement for completion within 120 days post-award, and is set aside exclusively for small businesses under NAICS code 334310. Interested vendors must submit their quotes electronically by October 24, 2024, at 12:00 PM EST, and can direct inquiries to Contract Specialist Jenna Sizemore at jenna.sizemore.1@us.af.mil or Contracting Officer Shannon Scott at shannon.scott.4@us.af.mil.
    Commercial Solutions Opening - NSSL Space Vehicle Processing
    Active
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
    Request for Information (RFI) - Satellite Engineer Services / Satellite Operations & Ground System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Space Force, is conducting a Request for Information (RFI) to explore the potential consolidation of On Orbit Engineering Services (OOES) and Satellite Operations, Maintenance, and Support Services (SOMSS) under a single contract. The objective is to assess the efficiencies, risks, and benefits of combining these services, which are currently managed separately, to enhance satellite communication capabilities for military operations. This initiative is critical for ensuring continuous and reliable support to the U.S. Military, particularly as the 10th Space Operations Squadron (10 SOPS) manages various satellite constellations from multiple locations. Interested parties are encouraged to submit their responses by October 23, 2024, to Christina Ming at christina.ming.2@spaceforce.mil, with a focus on addressing specific questions outlined in the RFI regarding experience, potential savings, and the impact on small business participation.
    Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for the construction of a Temporary Lodging Facility (TLF) at Peterson Space Force Base in Colorado. The project entails the construction of three single-story, wood-framed buildings totaling approximately 26,413 gross square feet, designed to provide temporary lodging with various functional amenities, including accessible units, community laundry facilities, and essential infrastructure. This initiative is crucial for enhancing support facilities for military personnel, reflecting the government's commitment to improving military infrastructure. Proposals are due by November 7, 2024, with an estimated construction cost between $10 million and $25 million. Interested contractors should direct inquiries to Brandon Landis at brandon.p.landis@usace.army.mil.
    RFI PMO 17 October 2024
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Program Management Support services at Buckley Space Force Base in Aurora, Colorado. The contractor will be responsible for supplying six Full-Time Equivalent (FTE) positions, including a Program Manager and maintenance personnel, to ensure effective facility management and operational efficiency as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining and enhancing facility operations, ensuring compliance with operational standards, and addressing maintenance requests promptly. Interested parties should contact Anna Mallett at anna.mallett@spaceforce.mil or Zach Mckie at zachariah.mckie@spaceforce.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Hangar 7 Sound System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the 48th Maintenance Group at RAF Lakenheath, is seeking qualified contractors for a sound system upgrade in Hangar 7. The project aims to enhance audio quality for high-visibility events, requiring the installation of a new system that supports multiple audio inputs and functions as a Public Address (PA) system, ensuring echo-free sound throughout the facility. This upgrade is crucial for improving facility functionality and audience engagement during critical events. Interested offerors are encouraged to attend a site visit on October 24, 2024, at 11:00 BST, with quotes due by November 15, 2024, at 15:00 GMT. For further inquiries, contact Joanne Tansley at joanne.tansley.gb@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil.