SOURCES SOUGHT
T -- Special Forces Visual Sets
- Notice Date
- 11/7/2006
- Notice Type
- Sources Sought
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SSUT0701
- Response Due
- 11/22/2006
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify all responsible sources capable of providing one (1) 5 to 7 minute and one (1) 20 to 30 minute information video/DVD for the United States Army Special Forces. These high quality, dramatic action videos will serve as a method to educate and inform the public, media, and government officials on the importance of the Special Forces Unconventional Warfare and Foreign Internal Defense missions. This potential requirement will require heavy collaboration and interaction between production and film professionals, DOD civilians and military AV Specialists on a frequent scheduled and unscheduled basis. Production will involve frequent travel to and meeting attendance at Fort Bragg military installation. Interested participants must be conversant in military subjects and terminology without significant training from military personnel and should have prior experience in production of military media or military theme products. The contractor shall be able to assemble a production team capable of collecting, assembling, identifying, archiving and editing stock footage to fulfill script requirements. Production will include current location filming with military combat (CBT) camera in locations abroad. Contractor may be required to send a film crew (2-3 pax) to travel as possible within mission constraints. Travel may generally include filming in Africa, South America, and the Far East. New filming will be conducted at Fort Bragg and in greater North Carolina locations. Contractor must also have its own, or access to a full size/fully equipped production studio to include sound stages capable of enclosing multiple vehicle drive-in sets, and capable of conducting water scenes. Extensive lighting could be required for location and Sound Stage filming. Interested parties should be fluent in AVID and familiar with varied production platforms and processes. The contractor should also able to provide seamless blending of differing media input, upgrade of older footage, and incorporation of special effects and generated information. The government will provide a script, shot list, and select stock footage. However, the Contractor must be prepared to perform their own or directed script changes during production, and must also conduct their own search for any useable footage. The government anticipates the use of NAICS 512110 with a small business size standard not to exceed $27 million annual revenues. Contractors interested in performing these services should be registered in Central Contractor Registration (www.ccr.gov). Contractors responding to this Sources Sought are asked to provide the following information: company?s full name, DUNS number, business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, historically black college or university and/or minority service institute), address, and a point of contact. Interested parties are requested to submit a capabilities statement of no more than 10 pages in length that demonstrates the respondent's ability to meet the requirements as specified herein. Examples of requested information includes but is not limited to: the number of years of production experience; list of feature films and operating budgets; available facilities (such as sets, production studios, sound stages, and equipment available for use); and crew and team member experience to include, but not limited to, producers, directors, editors, special effects technicians. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees. number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners; list of customers covering the past five years; and additional documentation such as company literature and brochures. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Responses shall be submitted electronically via email to thomasu@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 2:00 PM on 22 November 2006. For information regarding this notice, contact Ms. Umetria Thomas via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued.
- Place of Performance
- Address: Fort Bragg, NC
- Zip Code: 28310
- Country: UNITED STATES
- Zip Code: 28310
- Record
- SN01177741-W 20061109/061107221306 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |