SOLICITATION NOTICE
T -- Video Production Services - Attachment A
- Notice Date
- 3/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition & Procurement Office - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- HQ0034-11-T-0027
- Archive Date
- 4/19/2011
- Point of Contact
- Karen A. Smith, Phone: 703-696-3756, Valerie Green, Phone: 703-588-8188
- E-Mail Address
-
karen.smith@whs.mil, valerie.green@whs.mil
(karen.smith@whs.mil, valerie.green@whs.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment B-Past Performance Questionnaire Attachment A-Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 HQ0034-11-T-0027; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. This acquisition will be a 100% Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside; the North American Industry Classification System (NAICS) code is 512110, Motion Picture and Video Production. The business size standard is $29.5M. This request for quotation consists of the following Contract Line Item Number (CLIN): CLIN 0001 Five to Seven Minute Video One (1) Each Description: One(1) Five to Seven Minute master DVD high quality Video and ten (10) copies to highlight the Pentagon Force Protection Agency (PFPA) its’ mission, creation, history of Pentagon security and future of the agency, In Accordance with Statement of Work, (SOW), (Attachment A). CLIN 000290 second “teaser”One (1) Each Description: One (1) 90 second master DVD and high quality “teaser” ten (10) copies to show the broad scope of what PFPA employees do on a day-to-day basis, In Accordance with Statement of Work, (SOW), (Attachment A). Inspection and Acceptance shall be at destination (products shall be delivered to the destination at the expense of the contractor). The Government estimates award of a Purchase Order no later than April 15, 2011. Estimated Period of Performance is 15 weeks from award of contract. Quotes must be firm-fixed priced, and include all quantities listed, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. 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 and are listed in order of importance: (1) Technical Capability, (2) Past Performance and (3) Price. The Government will award a single purchase order from this solicitation to the responsible Offeror whose quote conforming to this solicitation will provide overall best value to the Government; technical, past performance and price considered. (1)Technical Capability: The Offerors must define their technical capabilities that satisfy the requirements defined in the SOW. Please provide a description of your current personnel resources, which addresses their capabilities and experience relating to the attached SOW. Offerors shall provide a detailed list of the camera production, editing systems/software and duplication equipment (to include type of equipment, manufacturer name, and model number) to be used in the production process. Offerors should explain their equipment suitability for this requirement. Offerors shall provide a minimum of three (3) full length samples of previous productions similar in length and style to requirements in the SOW by response due date. Samples shall be in Microsoft Media Player Format on CD/DVD and available by internet access whereby Offerors shall provide links and/or web address. Offerors shall provide a milestone of completion of tasks according to the SOW. (2)Past Performance: Each Offeror shall identify three (3) contracts with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last two years. Relevant is defined as work similar in complexity and magnitude of the work described in this SOW. Offerors shall return Performance Questionnaire (Attachment B), fully completed by Evaluating Organization with RFQ by response due date. (3) Price: Quotes must be firm-fixed priced, and include all quantities listed, all or none. Offerors shall provide a detailed breakout of all costs for each line item, (e.g. quantity, descriptions, materials, type of equipment, number of personnel, amount of time). Quotes will be reviewed and evaluated in accordance with the evaluation criteria identified below: (1) Technical Capability a.Understanding of the work, including creativity and thoroughness shown in understanding the requirements of the SOW, and planned execution of the project. b.Evidence of specific methods and techniques for completing each phase: pre-production, production, post-production and deliverables. Ability to address anticipated potential problem areas, and creativity and feasibility of solutions to problems. c.Extensive knowledge, proficiency, and experience with all phases of video production. (2) Past Performance a. Offerors history of successful completion of projects; history of producing high-quality professional videos and deliverables; history of staying on schedule and within budget. b. The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation and performance between your organization and clients. c. The Offeror’s specific past performance on prior similar efforts specified within the SOW. Technical Capability, and Past Performance are of equal importance and when combined are more important than Price. Price will become increasingly more important as the non-price evaluation factors become increasingly equal. The importance of price in the evaluation for award will depend upon the differences in evaluated technical quality among offerors and, as stated above, will increase as the differences decrease. The Government will award a single purchase order from this solicitation to the responsible Offeror whose quote conforming to this solicitation will provide overall best value to the Government; technical, past performance and price considered. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions regarding this requirement may be submitted immediately via email but no later than March 24, 11 am, EST to: karen.smith@whs.mil. Questions with the Government’s responses will be posted as an amendment to this solicitation. HOW TO RESPOND ELECTRONIC SUBMISSION VIA EMAIL AND HARD COPY ARE BOTH REQUIRED. Hard Copy Submission Instructions NOTE: Do not submit on flash drive media. Quotes shall be clearly marked with RFQ HQ0034-11-T-0027 and include all items required in Technical Capability, Past Performance and Price as indicated above, and shall be submitted via commercial delivery service or hand delivered to the Contract Specialist by solicitation due date and time at the following address: Washington Headquarters Services Rosslyn Plaza North 1777 N. Kent Street, Suite 12063 ATTN: Karen A. Smith Arlington, VA 22209-2133 Quotes shall be submitted as follows: Text: text shall be at least single spaced on 8 ½ by 11-inch standard paper and limit number of pages to five (5), with a minimum one-inch margin all around. Pages should be numbered consecutively. A page printed on both sides shall be counted as two pages. No fold out pages shall be used. Pages submitted in excess of the page limitation will be removed and not evaluated. Font Size: Print shall be a minimum of 12-point font size spacing. Bolding, underlining, and italics may be used to identify topic demarcations or points of emphasis. Binding and Labeling: Offerors shall submit an original and one copy. The original may be unbound and placed in an economical pocket folder with one copy bound by a staple. A cover sheet clearly noted with the RFQ number, date of submittal, Offeror’s name, address, Cage Code, DUNS Number, Tax Identification Number, and Offeror’s POC name, phone, and email. The sample DVD may be placed in the pocket, clearly label with same information. The cover sheet shall not count against any page limitation. Please be advised that Washington Headquarters Services is located in a secure building. If offers are hand delivered, Access to the building will require participants to sign for building access in the lobby, surrender one form of state issued identification (e.g. a license) in exchange for an access badge while in the building, and be escorted from the lobby to the conference room. A staff member will meet the courier to receive the submittal. Email Submission Instructions Offerors shall submit quotes via email in Microsoft(MS) Office 2003or 2007 Format. Quotes should be clearly marked RFQ HQ0034-11-T-0027. Due to email server and pipeline limitations, please limit the size of each email with attachments to 2MB. Quotes including technical capabilities, video sample with link and/or web address information, with fully completed Performance Questionnaires as an attachment to: karen.smith@whs.mil NO LATER THAN April 04, 2011, 11:00 AM, EST. It is the responsibility of each offeror to review the publication website for notice of amendments, updates or changes to current information. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). Late quotes will be rejected and will not be considered or evaluated for award. **NO PHONE COMMUNICATION WILL BE ACCEPTED**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ0034-11-T-0027/listing.html)
- Place of Performance
- Address: Pentagon Force Protection Agency (PFPA), Office of Public Affairs, 9000Defense Pentagon, Room 5B890, Washington, District of Columbia, 20301, United States
- Zip Code: 20301
- Zip Code: 20301
- Record
- SN02404151-W 20110320/110318234220-829d727388be6bcd23559305e69286ef (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 |