Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
MODIFICATION

T -- Acquisition of Motion Picture and Video Production

Notice Date
6/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181
 
ZIP Code
97232-4181
 
Solicitation Number
F12PS00475
 
Response Due
6/8/2012
 
Archive Date
7/8/2012
 
Point of Contact
Joshua Gordon
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items. This acquisition will be a 100% Small Business (SB) 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 proposal consists of the following Contract Line Item Numbers (CLIN): CLIN 0001 Fifty Minute Video, One (1) Each Description: One (1) Fifty Minute master DVD High Definition (HD) Video and one hundred (100) copies to highlight the four wildlife refuges within the Desert National Wildlife Complex, in accordance with Statement of Work (SOW). CLIN 0002 Eight Minute Video, Four (4) Each Description: Four (4) Eight Minute master DVD High Definition (HD) Videos and one hundred (100) copies of each video to showcase each of the four wildlife refuges, in accordance with Statement of Work (SOW). 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 June 15, 2012. Estimated Period of Performance to end on October 31, 2013. Proposals 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 presents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are: (1) Experience/Technical Capability, (2) Past Performance, and (3) Price. Questions regarding this requirement may be submitted immediately via email but no later than June 1, 11 am, PST to: josh_gordon@fws.gov. Questions with the Governments responses will be posted as an amendment to this solicitation. HOW TO RESPOND ELECTRONIC SUBMISSION VIA EMAIL OR HARD COPY IS REQUIRED. Hard Copy Submission Instructions NOTE: Do not submit on flash drive media. Proposals shall be clearly marked with RFP F12PS00475 and include all items required in Technical Proposal and Price Proposal as indicated in the Instructions to Offerors, and shall be submitted via commercial delivery service or hand delivered to the Contract Officer by solicitation due date and time at the following address: US Fish and Wildlife Service CGS Attn: Josh Gordon 911 NE 11th Avenue Portland, OR 97232 Proposals shall be submitted as follows: Text shall be at least single spaced on 8 by 11-inch, standard format. 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 RFP number, date of submittal, Offerors name, address, Cage Code, DUNS Number, Tax Identification Number, and Offerors POC name, phone, and email. A sample DVD may be placed in the pocket, clearly label with same information. Please be advised that USFWS is located in a secure building. If proposals 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 proposals via email in Microsoft(MS) Office 2003 or 2007 Format. Proposals should be clearly marked with RFP F12PS00475. Due to email server and pipeline limitations, please limit the size of each email with attachments to 2MB. Please submit proposals (Technical Proposal with video sample with link and/or web address information, Cost Proposal, and fully completed Performance Questionnaires) as an attachment to: josh_gordon@fws.gov NO LATER THAN June 8, 2012, 11:00 AM, PST. 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 proposals will be rejected and will not be considered or evaluated for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00475/listing.html)
 
Record
SN02766143-W 20120607/120605234857-025c114bea3be620eea68c577ff4be6b (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.