Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

R -- Distance Learning Broadcast Technical Support

Notice Date
8/17/2010
 
Notice Type
Presolicitation
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
 
ZIP Code
80235
 
Solicitation Number
N2722100050
 
Response Due
8/31/2010
 
Archive Date
8/17/2011
 
Point of Contact
Elizabeth M. Kenney Contract Specialist 3039876822 Elizabeth_Kenney@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION 1: 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This is a 100% set aside for small business concerns. The NAICS code is 541990. The following provisions and clauses apply to this acquisition:52.212-1, Instructions to Offerors-Commercial52.212-3, Offeror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.204-7, Central Contractor Registration52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration SECTION 1: SCOPE OF WORKDistance Learning Broadcast Technical Support Purpose:This scope of work describes the Distance Learning Broadcast Technical Support required by the National Park Service Distance Learning Program to operate the NCTC (National Conservation Training Center), U.S. Fish and Wildlife Service studio, located in Shepherdstown, West Virginia and the National Park Service studio located at the Mather Training Center, Harpers Ferry, West Virginia. Backgr ound:The National Park Service Training and Development Distance Learning Program (TEL - Technology Enhanced Learning) provides Distance Learning training, via interactive television, to National Park Service (NPS) field offices nationwide, as well as downlinks of the Fish and Wildlife Service and the Bureau Land Management. Responsibilities:The Contractor shall provide "Technical Support" for Distance Learning Broadcasts for the following categories: Technical Director operating the following equipment: SONY BK DS 2010 switcher; Chyron-Maxine using Winfinite programming; Avid Still File; Remote Control Cameras; PowerPoint Graphics; Sony DME. Videoediting on Globecaster non-linear editor. Should have documented experience on all these systems and demonstrate the ability to reroute signal if problems arise. Audio Technical operating the following equipment: Soundcraft SAC 200 Audio Board; GENTNER Phone System; SONY CD player; will be responsible for routing program to multiple sources, ie: captioner, listen only phone bridge, push-to-talk microphone phone bridge, presenters inserted into program via phone, via videoconferenceing. Production Assistant operating a: Studio Camera BVP-550, Maxine Chyron, GENTNER Phone System and Phone Screener, and QTR Teleprompter. Videoediting on Globecaster non-linear editor. Should have documented experience on all of these systems. The TEL staff will provide the following:"A complete description of each task to be accomplished, including date and an estimate of time involved."Oversight for each task "All equipment and expendables."Evaluation and feedback of the quality of work performed. Ordering:TEL will provide the contractor with a complete description of all tasks to be accomplished, by quarter, including dates and an estimate of the time involved. The Contractor will respond within three working days indicating availability. Costs will be determined by the hourly rates determined by this contract. Estimated Workload:Technical Director should anticipate a work load of approximately 400 hours per each Fiscal Year. The Audio Technician will work approximately 200 per year. There will be approximately 100 hours of video editing. The Production Assistant will be requested on a very limited as needed basis. The Government can cancel a program with no advance notice, but usually provide at least 72 hours cancellation notice. SECTION 3: INSTRUCTIONS TO OFFERORS 2.1Introduction Offers shall be received by Tuesday, August 31st, 2010, 2:00 pm Mountain Daylight Time (MDT). Offers shall be submitted via email only to Elizabeth_Kenney@nps.gov. If any portion of an Offeror's proposal is received after the 2:00PM (MDT) submission deadline on Tuesday, August 31st, 2010 the Offeror's entire proposal will be considered late. All late proposal submissions will be handled in accordance with FAR 15.208. All proposals must be clearly identified as SOURCE SELECTION SENSITIVE MATERIAL, SOLICITATION N2722100050 in the subject line. 2.2Prospective Offeror's Questions Questions concerning this RFP must be received via email to the Contract Specialist at the address above. Any requests for additional information or explanations concerning this document must be received no later than 2:00 p.m. MDT on Tuesday, August 24th. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of proprietary information. 2.3Proposal Preparation Instructions The proposal shall clearly demonstrate the Offeror's understanding of the overall and specific requirements of the Scope of Services; convey the Offeror's capabilities for transforming their understanding into accomplishments for performing the RFP. Each proposal shall clearly demonstrate the Offeror's understanding of the overall and specific technical requirements of the Scope of Services. Proposals must be legible, single-spaced, typewritten (on one side only), in a type size not smaller than twelve (12) point proportional, on paper not larger than eight and a half by eleven inches. Each Offeror must submit a proposal, which consists of three (3) parts: Part 1 - Past Performance/Experience Information The Offeror shall describe previous experience in performance for technical projects similar in size, scope, technical difficulty, and complexity to the requirement being competed. The Offeror shall cite two (2) projects performed within the last three (3) years, to be used as references. For each relevant project, Offerors shall identify the following:A.CustomerB.Contract Number/Contract TitleC.Delivery Schedule/Period of PerformanceD.Description of the Work Performed E.Unique or Complex Characteristics of the ProjectF.Relevance to NPS RequirementG.Name, address and current phone number for the Customer's Technical Manager Part 2 - Demonstrated Technical/Management Capability The Offeror shall describe its technical approach to performing each task delineated in the Statement of Work in Section 4 below. Part 2 shall be no more than ten (10) pages total. This page limit does not include any sample resumes offeror chooses to submit.Part 3 - Pricing The Offeror shall prepare a Price Proposal that contains the hourly rate for each labor category. Pricing information should be given in cost per hour. Any travel cost to and from the National Conservation Training Center in Shepherdstown, WV or to the Mather Training Center in Harper's Ferry, WV shall be incorporated into the offeror's hourly rate. Performance PeriodLabor CategoryHourly Rate Base Year(10/01/2010 - 09/30/2011)Technical Director$Audio Technician$Production Assistant$ Option Year 1(10/01/2011 - 09/30/2012)Technical Director$Audio Technician$Production Assistant$ SECTION 4: EVALUATION Source Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), Department of Interior Acquisition Regulation (DIAR). Award will be made to the Offeror whose proposal represents the best value to the Government, price and other factors considered. NPS will perform a technical and business evaluation, based on the Offerors' written Past Performance/Experience (Part 1), Technical (Part 2), and Price (Part 3) proposals, to assess the best value to the Government. Price proposals will be evaluated to determine fairness and reasonableness. The Government will use commercial or market price lists, Independent Government Cost Estimate (IGCE), or other information available to NPS in assessing the reasonableness of prices proposed. The Government may award without discussions; however, the Contracting Officer (CO) reserves the right to hold discussions if necessary. Accordingly, each initial offer should be submitted on the most favorable price and technical terms that the Offeror can submit to the Government. The Government will evaluate each proposal using the following evaluation factors listed in descending order of importance: A.Demonstrated Technical/Management Capability;B.Past Performance/Experience; andC.PriceD.Small business certification (essentially pass/fail) Demonstrated Technical Capability is slightly more important than Past Performance/Experience. When combined Demonstrated Technical/Management Capability and Past Performance/Experience are more important than price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2722100050/listing.html)
 
Place of Performance
Address: U.S. Fish and Wildlife Service studio, located in Shepherdstown, West Virginia and the National Park Service studio located at the Mather Training Center, Harpers Ferry, West Virginia.
Zip Code: 25443
 
Record
SN02243750-W 20100819/100817235736-83c7e01f2bc75b401b89a45c730fd324 (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.