Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SPECIAL NOTICE

U -- Notice of Intent to Sole Source Prevention Video

Notice Date
6/7/2010
 
Notice Type
Special Notice
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
W473148Y
 
Archive Date
6/21/2010
 
Point of Contact
Richard Taylor, Phone: 3014477271
 
E-Mail Address
richard.taylor@dhs.gov
(richard.taylor@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security/ Federal Emergency Management Agency (DHS/ FEMA) intends to negotiate on a sole source basis (IAW FAR 6.302) with The Center for Empowered Living and Learning (The CELL) of 99 West 12th Avenue Denver, CO 80204 as the only responsible source that can provide the service of the development and delivery of a 6-10 minute customizable national scope prevention video designed to educate and inform citizens about terrorist indicators and warnings and how and to whom to report them as required by the DHS/FEMA/Office of Counterterrorism and Security Preparedness. The services required are as follows: The video development would include, but not be limited to, the following activities: Coordination and execution of material research and transcript development, writing, and editing. Identification, coordination, and provision of narrator source(s) and soundtrack. Delivery of up to 2 draft transcripts and associated footage generic enough to be customizable for all fusion centers prior to filming for DHS and the Nationwide SARs Initiative Program Management Office (NSI-PMO) review and approval DHS review and approval will include FEMA, DHS I&A, DHS Privacy Office, and DHS Office of Civil Rights and Civil Liberties Delivery of 1 final transcript generic enough to be customizable for all fusion centers prior to filming for DHS and NSI-PMO review and approval. Utilization appropriate existing stock footage and music rights wherever possible, to include existing A/P archive files. Planning, direction, and coordination of all production and post-production including filming in up to three locations. Delivery of a draft video format prior to formal production with a concluding section that is customizable to include the requesting fusion center's name, logo, and contact information (i.e., phone number, website, tip line, etc.) for DHS and NSI-PMO review and approval. Delivery of a final customizable video to DHS and NSI-PMO review and approval prior to post production reproduction. Provision of subject matter and technical expertise and support during the customization of up to 72 customized videos, as available. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 512110 with a Small Business Size Standard of $29.5 Million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same services. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based on the above information, the only organization known which can provide technically acceptable services is The Center for Empowered Living and Learning (The CELL). Submit email capability statements (using PDF, MS Word, Excel attachments) Richard Taylor, Contract Specialist. Email richard.taylor@dhs.gov. Fax capability statements may be sent to 301-447-1092 Attn: Richard Taylor. Email statements are preferred. Statements are due not later than 4:00 P.M. EST on 17 JUNE 2010. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/W473148Y/listing.html)
 
Place of Performance
Address: Vendor site and Washington DC government office, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN02170653-W 20100609/100607235222-1e7bd4386b5900a22d92dcc5a1cc058c (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.