Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOLICITATION NOTICE

99 -- COMMAND VIDEO

Notice Date
3/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0126
 
Archive Date
3/31/2009
 
Point of Contact
LT Craig Swanson,, Phone: 757-893-2723, Joe E. Reaume,, Phone: 757-893-2702
 
E-Mail Address
craig.swanson@vb.socom.mil, joseph.reaume@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is H92244-09-T-0126. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure a Command Video. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 effective 17 February 2009. This procurement is 100% small business set-aside and the associated NAICS code is 512110 with a standard business size $27M. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services Line Item 0001, Description: TRAINING ON PROFESSIONAL VIDEO SHOOTING TECHNIQUES. Quantity: 1 Unit of Issue: GP Delivery: 120 days after award of contract Line Item 0002, Description: DEVELOP, EDIT, AND DELIVER COMMAND VIDEO. Quantity: 1 Unit of Issue: EA Delivery: 240 days after award of contract Deliver to: NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299; FOB Point is Destination. Inspection is at Destination Acceptance is at Destination STATEMENT OF OBJECTIVES Job Title: Naval Special Warfare Development Group (NSWDG) Capabilities Video Period of Performance: Delivery within 240 days after award of contract. Accelerated delivery is desired. 1.0 Background. NSWDG has a requirement to develop a capabilities video representing the mission statement and commitment of the Command. This video will be used by NSWDG personnel for education and recruiting purposes. 2.0 Scope. (a) The contractor shall provide a video depicting the capabilities of NSWDG. The video product will be primarily taken from spliced and edited video footage provided by the Government. The contractor will assist & guide NSWDG personnel in recording material for the final product. (b) This contract is a Firm Fixed Price order. 3.0 Requirements 3.1 Contractor must provide training for NSWDG personnel on professional video shooting techniques. Equipment required for this training and the follow-on usage by NSWDG personnel will be furnished by the Government. 3.2 Contractor shall edit and develop a Command video including at a minimum (4) segments entitled “Command Missions”, “Command Readiness”, “Command Capabilities” and “Training”. Each segment shall include a component title that will assist the viewer throughout the video. Each component of the video should include graphics mixed with music and narration to facilitate viewer interest and education. Video shall meet the following objectives: a. The video will be approximately 10-15 minutes in length b. The video must have Trident emblem incorporated in opening narrative. c. NSWDG personnel will be primary narrators in the video d. Video must contain footage explaining what the Command does. e. Video must have narration explaining the various missions of NSWDG and how the Command performs those missions. f. Each mission shall be supported with video scenes of demonstrations. g. “Command Readiness” must be the focal point of the “Mission” segment and be incorporated in the footage h. The “Command Capabilities” segment will present to the viewer NSWDG standards. It shall demonstrate how NSWDG specially designs and develops equipment, tactics, techniques, and procedures for sea, land and air operations. i. The “Command Capabilities” segment must have narration explaining how NSWDG command capabilities are maintained due to unique, state of the art mission dedication. j. The “Training” segment must discuss how NSWDG training standards are the best in the world. k. Full narration of the production l. Full support for animation and graphics m. Night videotaping requirements n. Music track requirements 3.3 Production company needs to have the following attributes/capabilities: a. A proven track record of producing top tier commercial projects for major media platforms, such as television and cable networks. b. Experience filming special operations forces in a maritime environment. c. Experience filming live fire and troop movements in a tactical environment. d. Ability to work in close proximity to pyrotechnic and demolition devices. e. Capability to film combat swimmers in an underwater environment. f. Capability to film from an aerial platform. g. Capability to film high speed ground mobility operations. h. Capability to film in a dynamic first person style that will best immerse the viewer in the operational elements depicted. i. Experience interviewing special operations personnel for the purposes of obtaining compelling narration to accompany audiovisual content. j. Complete team capable of executing all aspects of the project, including pre-production, production and post-production at remote locations to include training sites, ranges and other government facilities. k. Demonstrated track record of completing tasks on time and on budget. 4.0 Deliverables a. Progress Report. The contractor shall deliver progress reports and other data items as described below. i. Interim Progress Reports. Interim progress report (technical), shall be delivered 2 weeks after start date of 3.1 requirements; at completion of 3.1 requirement; 2 weeks after commencement of 3.2 requirements. Reports shall be in contractor format. ii. Final Progress Report. A final report, shall be delivered at the completion of requirement 3.2 and shall include, in addition to the information specified in the final report, all individual interim progress reports. b. Contractor shall deliver a final, fully reviewed, fully produced product as follows: master production copy and 10 DVD’s. DVD’s will be formatted in the common “Window Media File” (WMF) format. The DVD shall be formatted so that it allows for playback in a wide variety of DVD players. 4.1 The following additional requirements apply : a. NSWDG personnel will assist the contractor in providing inputs for the script. The contractor will edit the script with the support of NSWDG personnel; who will have complete authorship control. b. NSWDG shall provide all the b-roll/stock/example footage for use at NSWDG not to be removed. c. The contractor shall log and determine all b-roll/stock/example footage. d. The contractor shall videotape the sound bites of the NSWDG chain of command and other support video for complete edits. e. Most production will be stock footage maintained by U.S. Navy with some new footage to be videotaped by the contractor at discretion of NSWDG. f. The contractor will provide guidance to NSWDG personnel involved in recording video footage in order to enhance final product results. g. At the completion of the project, the contractor shall return any footage used from the NSWDG tape library, turn over any footage videotaped, turn over any graphics and animations designed, and turn over all masters. The contractor shall retain no elements of the completed video. 5.0 TIMELINE FOR CREATION/COMPLETION OF COMMAND VIDEO a. 3.1 Requirement – within 120 days after contract award. b. 3.2 Requirement – within 240 days after contract award. 6.0 PLACE OF PERFORMANCE. Efforts under this order shall be performed at the contractor’s facility, and the surrounding area of the Naval Special Warfare Development Group, Virginia Beach, Virginia. Additionally, to support classified film edit requirements, U.S. East Coast and /or West Coast facilities may be provided by the Government. 7.0 SECURITY REQUIREMENTS. All personnel performing classified tasks under this contract shall possess, at a minimum, a DoD Industrial Security Clearance of SECRET. a. Contractor requests for visit authorizations shall be submitted in accordance with DoD 5520.22M (Industrial Security Manual for Safeguarding Classified Information) as early as practicable and not later than three working days prior To visit (except in cases of urgency). When a contractual relationship exists, Original requests shall be delivered to the Security Officer of the activity being visited. When a contractual relationship does not exist, original requests shall be delivered to the Security Officer of the activity being visited via the Contracting Officer’s Representative (COR) for endorsement of need-to-know. Visit requests for subcontractors shall be submitted to the appropriate contractor Facility Security Officer (FSO) for certification of need-to-know, when applicable. The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-2 Security Requirements (Aug. 1996) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.209-6 Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2009) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) FAR 52.222-50 Combating Trafficking in Persons (AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.204-7005 ORAL ATTESTATION OF SECURITY RESPONSIBILITIES (NOV 2001) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.204-9004 Foreign Persons (2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical competence, price, past performance and delivery schedule. Technical competence, delivery schedule and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before the date of the solicitation. Proposed delivery schedule shall be included in technical plan. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, (757) 893-2701. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual and quotes or proposals must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions and quotes or proposals shall be sent to the following point of contact: LT Craig Swanson Email: craig.swanson@vb.socom.mil Phone: (757) 893-2723 Fax: (757) 893-2957 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2005) Section H (Revised November 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 5652.232-9003 Paying Office Instructions (2005) Section G The Primary Contracting Office Point of Contact is: LT Craig Swanson, NSWDG BLDG 302, 1636 Regulus Avenue, Virginia Beach, VA 23461, 757-893-2723, email: craig.swanson@vb.socom.mil. Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, or otherwise designated paying office. Special Payment Instructions: ALL INVOICES SHOULD BE EMAILED to craig.swanson@vb.socom.mil, FAXED (757) 893-2957, OR SUBMITTED TO THE FOLLOWING ADDRESS FOR PAYMENT VERIFICATION. IN TURN, THIS OFFICE WILL FORWARD TO THE APPROPRIATE PAYMENT OFFICE FOR PROCESSING. NSWDG ATTN: ACCOUNTS PAYABLE 1636 REGULUS AVENUE BUILDING 302 VIRGINIA BEACH, VA 23461 PLEASE REFERENCE YOUR PURCHASE ORDER/CONTRACT NUMBER ON ALL INVOICES. INVOICES SHOULD CONTAIN THE FOLLOWING INFORMATION: 1. NAME AND ADDRESS OF VENDOR (AS SHOWN ON PURCHASE ORDER) 2. INVOICE DATE 3. PURCHASE ORDER/CONTRACT NUMBER, AS SPECIFIED ON ORDER 4. VENDOR INVOICE NUMBER 5. DESCRIPTION (INCLUDING CONTRACT LINE ITEM, PRICE & QUANTITY OF GOODS AND SERVICES PROVIDED 6. SHIPPING & PAYMENT TERMS (IF APPLICABLE) 7. SHIPPING NUMBER & DATE OF SHIPMENT, INCLUDING PAID FREIGHT BILL*, (IF APPLICABLE) 8. TERMS OF ANY DISCOUNT FOR PROMPT PAYMENT OFFERED 9. POINT OF CONTACT FOR INVOICE DISCREPANCIES TO INCLUDE NAME, TITLE, TELEPHONE NUMBER, AND E-MAIL ADDRESS FOR PAYMENT QUESTIONS ON CREDIT CARD ORDERS, PLEASE CONTACT CONNIE HAYES AT (757) 893-2717. *******The paid freight bill must be provided with invoice. Invoice will not be processed if not included.********** Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 16 March 2009. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6a703dccce12c5372175e9afb9f97317&tab=core&_cview=1)
 
Place of Performance
Address: NSWDG, 1636 Regulus Ave, Virginia Beach, VA 23461-2299, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN01759922-W 20090304/090302215514-6a703dccce12c5372175e9afb9f97317 (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 |
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.