Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2004 FBO #0986
SOLICITATION NOTICE

U -- U - Leadership Development Training

Notice Date
8/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, VISN 19 Rocky Mountain Consolidated Contracting Center, 4100 E. Mississippi Avenue, Suite 1110, Glendale, Colorado 80246
 
ZIP Code
80246
 
Solicitation Number
259-021-04
 
Response Due
8/23/2004
 
Archive Date
9/22/2004
 
Point of Contact
Point of Contact - Danny Freeman, Supervisory Contracting Officer, Ph: (303) 504-2683, Fx:(303) 504-2697, Contracting Officer - Danny Freeman, Supervisory Contracting Officer, Ph:(303) 504-2683, Fx:(303) 504-2697
 
E-Mail Address
Email your questions to Danny Freeman
(danny.freeman@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. Solicitation RFQ 259-021-04 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This solicitation is issued in accordance with FAR Subpart 13.5 Test Program for Certain Commercial Items. This is a 100% Small Business Set-Aside under the North American Industrial Classification System (NAICS) code 512110 and Small Business Size Standard of $25.0 Million per annum. The VISN 19 Rocky Mountain Consolidated Contracting Center, Glendale, Colorado intends to contract for services for production of a training video addressing Opportunities for Leadership Development of VISN 19 employees. Period of performance shall be 90 days from date of award, based on schedule of deliverables provided herein. Offerors shall provide pricing for the following line items ? 01) ?VISN 19 Employee Leadership Development? Video without the Government-Furnished Equipment listed under Section Specific Tasks, Paragraph (f)(2). Line Item ? 02) ?VISN 19 Employee Leadership Development? Video including the Government-Furnished Equipment listed under Section Specific Tasks, Paragraph (f)(2). Contractor shall provide the following services. Scope: One firm fixed-price contract will be awarded to provide the concept and completion of a video program designed to provide information on ?Opportunities for VISN 19 Employees? in the U.S. Department of Veterans Affairs, Rocky Mountain Veterans Integrated Service Network 19 (VISN 19). Since the Human Resources committee in VISN 19 is addressing the growing need to develop new leaders to replace those who will be retiring in large numbers in the next few years, VISN 19 would like to produce a video for VISN-wide use that identifies available avenues for training and advancement in our system. More specifically, a video could highlight advancement opportunities for VISN 19 employees through the Leadership Development Institute (LDI), Executive Career Field (ECF), Leadership VA (LVA) and other specific technical development programs such as finance and procurement. The video could showcase individual VISN 19 employees who have utilized these programs and provide personal stories of how these programs have helped them develop leadership skills while advancing their career opportunities in the VA. Individuals like Ralph Gigliotti, Associate Director at the Eastern Colorado Health Care System, could articulate how he has come up in the VA system to where he is now and what he aspires to in the future, thus motivating employees throughout the VISN. There are others likewise who could be showcased to advance the objectives in the network by using real life examples of how available programs enhance VISN employees at any level and facility. VISN 19 Description: VISN 19 includes the states of Montana, Utah, most of Colorado and Wyoming and parts of Idaho and Nevada. There are 31 Community-Based Outpatient Clinics (CBOC?s) that are smaller community-based health care facilities that are scattered throughout VISN 19. The major VA Health Care facilities within VISN 19 are located in: Cheyenne, Wyoming; Denver, Colorado; Grand Junction, Colorado; Helena, Montana; Salt Lake City, Utah; Sheridan, Wyoming. Background Information: (a) Target Audience - All employees of VISN 19 will benefit from knowing about these upward-mobility programs, and one specific intention is to show the video to all new employees as part of their New Employee Orientation program. However, the target audience most likely to benefit from viewing the video is those employees who have the greatest degree of potential to move up the employment ranks, such as those in the lower pay scale ranges and middle-management employees. (b) Objective and Desired Outcome - The objective of the video program is to inform VISN 19 employees of the opportunities for them to voluntarily attend training programs that are designed to help them move upward in the ranks of employment to positions of leadership. The desired outcome is to demonstrate that the VISN is truly committed to giving employees opportunities for advancement, with the ultimate outcome being that employees take advantage of the opportunities and choose to become career leaders within the VA. (c) Subject Source - The Government will provide the majority of the content information, to include documents and subject matter experts. The project shall require research on the part of the Contractor to complete the development of the script. The research may include, but is not limited to: contacting people such as employees who are currently in, or graduates of the leadership programs to be featured; reading background material that is either provided or discovered by the Contractor; performing library or internet searches for additional information. (d) Program Functionality - The video will be duplicated and made available for use throughout VISN 19 for the VA Medical Centers, Community-Based Outpatient Clinics, and New Employee Orientation programs. It is expected to have an enduring value of at least two years. Specific Tasks: (a) Concept to Completion - The Contractor shall have the primary responsibility for producing and directing the video project from concept to completion throughout the pre-production, production and post-production phases. The Contracting Officer?s Technical Representative (COTR) shall approve each phase of the project. (b) Meetings - The Contractor may be required to participate in routine conference calls or "face-to-face" meetings with the Government for the purpose of planning and clarification or to discuss the progress of the project. The frequency, date, and time of the meetings shall be determined by the COTR, after consulting with the Contractor. In the event that the Contractor requests a meeting, the arrangements will be made through the COTR. (c) Pre-Production - The Contractor shall provide the following products and services during the pre-production phase: (1) Conduct research and attend planning meetings as needed and determined by the COTR, after consulting with the Contractor, to develop the program treatment and script. (2) Submit at least one program treatment that provides an outline of the planned flow and elements expected in the final program. (3) Upon Government approval of the treatment, provide script drafts and revisions as necessary until the Government approves a final script. (d) Production - The Contractor shall perform the activities necessary to acquire all of the media assets required by the script. All media assets that are acquired by the Contractor shall be of broadcast quality and meet accepted industry standards for professional video production. These activities shall include, but are not limited to, the following: (1) Planning, scouting and arranging videotaping at all locations required. (2) Securing experienced, professional video crews and all professional-quality equipment required for production. (3) Traveling to videotaping locations. It is anticipated that the bulk of production will be done at the VA Medical Center in Salt Lake City, Utah. Two other very probable locations for at least one day of taping each are at the VA Medical Centers in Denver, Colorado and Sheridan, Wyoming. (4) Scheduling and directing the videotaping of interior and exterior locations and/or people, including interviews. (5) Securing consent forms from all people videotaped. The COTR will provide guidance for this activity. (6) Recording audio narration, if the script developed by the Contractor requires narration. (7) The tape format for recording the primary source material for this video production shall be either Betacam SP or Digital Betacam, but not both. Digital Betacam is strongly preferred by the Government. (e) Post-Production - The Contractor shall arrange for or perform all activities to complete the post-production of the video project. A non-linear video editing system shall be used, and an Avid? system is strongly preferred. The final digital cut shall be at a minimum resolution ratio of 2:1, with a 1:1 ratio strongly preferred by the Government. The post-production activities may include, but are not limited to, the following: (1) Obtaining transcripts of interviews. All transcripts shall have video time code references. (2) Selecting appropriate musical underscores. (3) Scheduling and completing video editing. (4) Providing preview or "rough cut" copies for Government review and approval. (5) It is desirable that all video editing be performed at the Salt Lake City Employee Education Resource Center, using the Center?s Avid? Adrenaline? System. Regardless of where the editing is performed, a professional video editor with a minimum of eight years non-linear editing experience, approved by the Government, shall perform all video editing. (f) Government-Furnished Services and Equipment ? (1) Services - The Government shall provide guidance, consultation and liaison to other parties, as requested by the Contractor and as determined necessary by the COTR. (2) Equipment - If Line Item 02 is awarded, the Government will provide the following equipment. If Line Item 01 is awarded, there shall be no Government-furnished equipment. The Contractor shall be responsible for paying all costs for the replacement or repair of any Government-furnished equipment, which is either damaged or lost, while it is in the possession of the Contractor. A. Office equipment, such as copiers, telephones or fax machines are available for the Contractor's use at the Salt Lake City Employee Education Resource Center. B. Sony DVW-700 Digital Betacam video camera. C. Digital Betacam videotape (as much as required). D. Sachtler Video 18+ Head. E. Sachtler carbon fiber tripod. F. Sachtler Dolly S. G. Tiffen Precision Control Matte Box. H. Arri Fresnel 650/ 350 Lighting Kit. I. Chimera Soft Boxes. J. Lowell Tota 1000 & 500 lights and accessories. K. C-Stands. L. Muslin Backgrounds. M. Miscellaneous filters and gels. N. Avid? Adrenaline? non-linear editing system based on the Apple? Macintosh OSX? platform. (g) Final Product Requirements ? (1) Final Product Content - A. The Contractor shall provide a broadcast-quality video product that meets high professional standards for style and creativity and shall fulfill the objectives of the program in accordance with the specifications in this document. The desired length of the final program shall be approximately 10 to 20 minutes; in no case shall the video exceed 30 minutes in length. B. The Contractor shall have discretion over the creative concept and execution, provided these are in agreement with the COTR. Some of the elements that shall be included in the program are: (i) A brief introduction by the VISN Director. This videotaping is scheduled to occur on September 7, 2004 at the Employee Education System facility in Salt Lake City, Utah. His comments will need to be teleprompted. (ii) B-roll video footage of employees ?on-the-job? at any of the six major VISN 19 health care facilities showcasing some of the best attributes that these facilities have to offer. (iii) Videotaped interviews of current enrollees or graduates of each of the existing leadership programs. (iv) Some description of the outreach efforts or services available to each of the minority population groups in the intended target audience. (2) Final Products Required - The following shall be furnished by the Contractor as the ?one package? identified under the Schedule of Items (SF 1449, Block 22). A. Two each closed-captioned Digital Betacam master videotapes with identical time code. B. 100 each closed-captioned VHS copies, with face and spine labels, packaged in clear plastic sleeves. C. Any related products or items developed for this project by the Contractor shall become the exclusive property of the Government, and shall be delivered as part of the final product. The Government shall have all rights and all control of the use of all products and items developed for this project. (i) All source tapes shall have a time-code referenced shot log annotating ?best takes.? (ii) All media assets used in the production shall be identified with a clearly legible label. Contract Administration: All contract administration functions shall be retained by the Rocky Mountain Consolidated Contracting Center, 4100 E. Mississippi Avenue, Suite 1110, Glendale, CO 80246. After award of contract, all inquiries and correspondence relative to the administration of the contract shall be addressed to the attention of Danny Freeman, Contracting Officer at the address above, telephone number (303) 393-4635, fax number (303) 393-4654. (a) Approvals and Acceptance ? (1) Materials shall be submitted to the COTR as outlined in the Delivery Schedule, to determine if they meet the specifications and intended purpose. (2) The COTR and Contracting Officer are responsible for the approval or rejection of all materials submitted and have the option of verbally approving or disapproving the Contractor?s submittal, which will be followed up in writing. (3) The U.S. Government retains rights to all property produced in the course of this contract. All videotapes and images produced by the Contractor for this program shall become the property of the U.S. Department of Veterans Affairs and shall be delivered to the COTR at the completion of the project. (b) Delivery Schedule ? (1) Submittal for Government approval and final delivery shall be made within time limits specified in the table below. This schedule is subject to revision depending on the date of the contract award. All materials shall be forwarded in person or by a shipment method that provides tracking of deliverables. (2) All goods and services shall be delivered to the COTR in accordance with the following proposed schedule: Client meeting, No later than week of August 30, 2004. Videotape VISN Director in Salt Lake City, September 7, 2004. Final script completed, September 24, 2004. Preview copy delivered, October 22, 2004. 3 VHS final version copies delivered, November 3, 2004. Final products delivered, November 24, 2004. (c) Payment - The Contractor shall request partial payments per a schedule specified in their contract proposal if they are desired; otherwise, only one payment shall be delivered after the Government has accepted all work as specified above. This is a full service contract during normal working hours, Monday through Friday, 8:00 a.m. until 5:00 p.m., excluding Federal holidays. The following four Federal holidays may be observed within the period of performance of this contract: Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, any other day designated by the President of the United States to be a national holiday. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial items applies to this acquisition with the following changes, items (e) and (h) of the standard clause are deleted. The provisions at 52.212-2 Evaluation-commercial Items apply to this acquisition with the following inclusion of evaluation factors listed in descending order of importance (1) Price ? (a) Offerors shall submit prices in accordance with the Schedule of Items. The prices shall cover all costs related to delivering one package, as described under Specific Tasks, paragraph (f)(2) contained herein. (b) The submission of two separate prices is required. Line Item 01 does not include the Government-furnished equipment. Line Item 02 does include the Government-furnished equipment. As stated above, the Government will determine which line item to award, based on the best value to Government. No other pricing information will be required. (2) Past Performance ? Furnish a list of your three most recent video projects. For each project, provide a very brief narrative of what was done. Include the name of the Government Agency or Company contracting the work, the name and phone number of the Contracting Officer (if a Government project) or the name and phone number of the Project Manager administering the project. (3) Capability to Perform the Work. (a) List the equipment that you shall use to complete this project. (b) Provide the names of individuals that shall be working on this project. Include a resume of each person indicating experience and qualifications. (c) If the Contractor plans to add additional personnel to the project, after award of the contract, the Government reserves the right to either accept or reject any additions to the people working on this project. (d) Provide a summary of how you intend to complete this project, in accordance with the specifications of the solicitation. (e) You may propose a revision to the delivery dates listed under Specifications. The proposed schedule shall not exceed any of the listed delivery dates. (4) Work Sample ? (a) Submit no less than one sample, but no more than three samples, of recent work that you have produced for similar projects. (b) Your work sample(s) shall be submitted on VHS videotape, two copies of each. One copy will be returned upon request; the other copy shall remain on-file. The length of time for your work sample(s) shall be no less than 10 minutes and no more than 30 minutes. Commercial Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following FAR and VAAR addendums are incorporated into FAR 52.212-4 as follows: 52.217-8 (which provides that the Government may extend may exercise within 15 days notice, in writing); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30 of any fiscal year, unless written authorization is received from the Contracting Officer), 52.245-2 (Alt I), VAAR 852.203-71, 852.233-70, 852.223-71, 852.237-70, 852.270-1 and 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.225-16, 52.232-34, 52.222-41 and 52.222-42. Full text provisions and clauses may be obtained at the following Internet Web Site ? http://www.arnet.gov/far/ and http://www.appc1.va.gov/oamm/vaar/index.htm . Interested offerors may submit their offer along with a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, on or before 4:30 p.m., August 23, 2004. Quotations may be provided to the Contracting Officer at the address above or Fax a (303) 504-2683. Numbered Note 1 applies to this procurement.
 
Web Link
RFQ 259-021-04
(http://www.bos.oamm.va.gov/solicitation?number=259-021-04)
 
Place of Performance
Address: Salt Lake City VA Health Care System, 500 Foothill Drive, Salt Lake City, UT
Zip Code: 84148
Country: United States
 
Record
SN00638615-W 20040808/040806212113 (fbodaily.com)
 
Source
FedBizOpps.gov 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.