DOCUMENT
U -- Rural Health Educational Caregiver Video Project - Attachment
- Notice Date
- 2/9/2015
- Notice Type
- Attachment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25915Q0162
- Response Due
- 2/26/2015
- Archive Date
- 4/27/2015
- Point of Contact
- Shelly Johnstone
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation VA259-15-Q-0162 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-79, effective December 15, 2014. No telephone request will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 611430 - Professional and Management Development Training, with a small business size standard of $11.0 Million. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFERORS'S SCHEDULE NUMBERS. This solicitation is a small business set-aside. The following is a list of the contract line item numbers, quantities and units of measure. This contract will be effective period of performance of March 16, 2015 through March 15, 2016. SCHEDULE OF SERVICE for Caregiver Video Service Contract Line Item Number Description of ServiceQTYUnit CostTotal Cost 0001Period of Performance: March 16, 2015 - March 15, 2016 Contractor will develop 5 short videos not to Exceed 10 minutes in length on Caregiving as specified in the Statement of work. Contractor will develop one standardized introduction used to open all videos not to exceed 45 seconds in length.1JB Total for Period of Performance DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE REQUIERED: SCOPE OF WORK: The Department of Veterans Affairs Salt Lake City VA Health Care System Office of Rural health, Veterans Rural health Resource Center - Western Region (VRHRC-WR) in Salt Lake City, UT is seeking to enter into a firm fixed price contract with a service company who specializes in creating videos. The contractor shall work with VRHRC-WR to develop 5 short educational videos, on the topic of Caregiving. The length of each video is at the discretion of the VRHRC-WR but will not exceed 10 minutes each. A separate introduction video will be created, not to exceed 45 seconds that can be attached to all videos. This segment will be designed in part to be a stand-alone product that can be used to promote Caregiving programs at the VA. Contractor will be responsible for writing scripts based on outlines provided to them by the VRHRC and provide their expertise in designing the story line e.g. talking head or documentary style presentation. Since each video segment will involve a different caregiving topic, a different style and actors (up to 5 per video) may be required for each video and potentially could require multiple filming locations per topic, (e.g. home setting, outdoor or clinical setting). Use of graphics and animations will be determined during the planning of each video. VRHRC-WR will provide all VA logos for branding. Contractor is responsible for all aspects of production and filming of video, to include providing props (e.g. walkers, wheelchairs, scooters, etc.) for use in filming and will be responsible for all pre and post production work. Use of VA facilities for filming will not be allowed due to the potential of disrupting patient care. All products will be filmed in high definition and delivered in WMV/MP4 format. All products must be produced with closed captioning options, transcripts and descriptive video services per VA 508 compliancy policies regarding accessibility to people with disabilities. VA policies: § 1194.22 Web-based intranet and internet information and applications (b) Equivalent alternatives for any multimedia presentation shall be synchronized with the presentation. § 1194.24 Video and Multimedia Products (c) All training and informational video and multimedia productions which support the agency's mission, regardless of format, that contain speech or other audio information necessary for the comprehension of the content, shall be open or closed captioned. (d) All training and informational video and multimedia productions which support the agency's mission, regardless of format, that contain visual information necessary for the comprehension of the content, shall be audio described. (e) Display or presentation of alternate text presentation or audio descriptions shall be user-selectable unless permanent. § 1194.31 Functional performance criteria (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. § 1194.41 Information, documentation, and support (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End- users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. For more information on accessibility visit: http://www.section508.va.gov/ Specific Tasks: Task 1 - Contractor will participate in planning calls, jointly develop story line and write script for video topic #1. Deliverable: written copy of script approved by Veterans Rural Health Resource Center-Western Region. Task 2 - Filming and editing of video topic 1. Deliverable: Draft copy of video for final approval. Task 3 - Final editing and formatting of video topic 1. Deliverable: Delivery of master copies (for website) and 500 DVDs in paper sleeve with cover art. Task 4 - Contractor will participate in planning calls, jointly develop story line and write script for video topic #2. Deliverable: written copy of script approved by VRHRC-WR. Task 5 - Filming and editing of video topic 2. Deliverable: Draft copy of video for final approval. Task 6 - Final editing and formatting of video topic 2. Deliverable: Delivery of master copies (for website) and 500 DVDs in paper sleeve with cover art. Task 7 - Contractor will participate in planning calls, jointly develop story line and write script for video topic #3. Deliverable: written copy of script approved by VRHRC-WR. Task 8 - Filming and editing of video topic 3. Deliverable: Draft copy of video 3 for final approval. Task 9 - Final editing and formatting of video topic 3. Deliverable: Delivery of master copies (for website) and 500 DVDs in paper sleeve with cover art. Task 10 - Contractor will participate in planning calls, jointly develop story line and write script for video topic #4. Deliverable: written copy of script approved by VRHRC-WR. Task 11 - Filming and editing of video topic 4. Deliverable: Draft copy of video for final approval. Task 12 - Final editing and formatting of video topic 4. Deliverable: Delivery of master copies (for website) and 500 DVDs in paper sleeve with cover art. Task 13 - Contractor will participate in planning calls, jointly develop story line and write script for video topic #5. Deliverable: written copy of script approved by VRHRC-WR. Task 14 - Filming and editing of video topic 5. Deliverable: Draft copy of video for final approval. Task 15 - Final editing and formatting of video topic 5. Deliverable: Delivery of master copies (for website) and 500 DVDs in paper sleeve with cover art. Task 16- Contractor will participate in planning calls, jointly develop story line and write script for introduction of the Caregiver Support Program video. Deliverable: written copy of script approved by VRHRC-WR Task 17- Filming and editing of the Caregiver Support Program video. Deliverable: Draft copy of video for final approval Task 18- Final editing and formatting of the Caregiver Support Program video. Deliverable: Delivery of master copy Delivery Schedule: Task #DescriptionCompletion Dates Task 1Written copy of script #1 submitted for approval to Veterans Rural Health Resource Center - Western RegionBy July 15, 2015 Task 2Submit draft copy of video #1 for final approvalBy October 1, 2015 Task 3Master copies of final video #1 and 500 DVDsBy January 31, 2016 Task 4Written copy of script #2 submitted for approval to Veterans Rural Health Resource Center - Western RegionBy July 15, 2015 Task 5Submit draft copy of video #2 for final approvalBy October 1, 2015 Task 6Master copies of final video #2 and 500 DVDsBy January 31, 2016 Task 7Written copy of script #3 submitted for approval to Veterans Rural Health Resource Center - Western Region By July 15, 2015 Task 8Submit draft copy of video #3 for final approvalBy October 1, 2015 Task 9Master copies of final video #3 and 500 DVDsBy January 31, 2016 Task 10Written copy of script #$ submitted for approval to Veterans Rural Health Resource Center - Western RegionBy July 15, 2015 Task 11Submit draft copy of video #4 for final approvalBy October 1, 2015 Task 12Master copies of final video #4 and 500 DVDsJanuary 31, 2016 Task 13Written copy of script #5 submitted for approval to Veterans Rural Health Resource Center - Western RegionBy July 15, 2015 Task 14Submit draft copy of video #5 for final approvalBy October 1, 2015 Task 15Master copies of final video #5 and 500 DVDsBy January 31, 2015 FEDERAL HOLIDAYS: The contractor defined herein shall furnish the services covered by this contract. The contractor will not be required to furnish such services between the VA Health Care System on the following federal holidays*: New Year's DayLabor Day Martin Luther King Jr.'s Birthday Columbus Day Presidents' DayVeterans' Day Memorial DayThanksgiving Day Independence DayChristmas Day *And any other day specifically declared by the President of the United States to be a national holiday. DEPARTMENT OF LABOR WAGE DETERMINATIONS: WD 05-2531 (Rev.-15) was first posted on www.wdol.gov on 12/30/2014 The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Proposals shall include the RFP number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Shelly Johnstone, Contract Specialist no later than 4:30 P.M. mountain time on February 25, 2015. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. You may contact Shelly Johnstone, via email at Shelly.Johnstone@va.gov or via telephone at 303-372-7041. Any questions regarding this solicitation must be submitted in writing to the contract specialist no later than 11:00 a.m. on Friday February 13, 2015. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (APR 2014), applies to this acquisition with the following addendum: FAR 52.216-1 Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price contract to fulfill this requirement; VAAR852.270-1 (JAN 2008) The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. (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: EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer deemed to be the most advantageous to the Government. Competing offeror's technical approach and past performance will be evaluated as significantly more important than price considerations, with past performance being more important than technical. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 13.106-2 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its quote, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Factor 1: Technical Approach Provide a detailed narrative as to how the offeror plans to meet the requirements of the Performance Work Statement (PWS), addressing all points including, but not limited to, staffing, supervision, performance of the required tasks, and quality assurance. Technical explanations will receive a rating of Acceptable or Unacceptable based on whether or not they address all aspects of the PWS in a satisfactory manner. Factor 2: Past Performance Past performance information will be evaluated in accordance with FAR 13.106-2. In assessing past performance the Government may employ several approaches including: (a) reviewing past performance data submitted (b) seeking additional present and past performance and (c) using data independently obtained from other Government and commercial sources (e.g., the Past Performance Information Retrieval System (PPIRS)). The Government will conduct a performance confidence assessment based on aspects of an offeror's past performance, focusing on and targeting performance that is recent (within the last 3 years), relevant to the requirements of this solicitation, and similar in complexity and magnitude compared to the requirements of the solicitation. Performance that is not recent, relevant, similar in complexity, or similar in magnitude will not be evaluated for purposes of the confidence assessment. The performance confidence assessment process will result in an overall confidence rating. This performance confidence assessment rating represents the Government's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. Lack of recent and relevant past performance that is similar in complexity and magnitude to this solicitation will not be evaluated favorably or unfavorably, but on a neutral or unknown basis. If adverse past performance is revealed, the offeror will be afforded an opportunity to address the adverse information (unless the information was obtained through PPIRS, in which case the offeror has already had an opportunity to respond). 3. Price: Offeror's price shall be evaluated to determine its fair and reasonableness. Technical and past performances when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (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. (End of provision) RatingDefinition Significant-ConfidenceBased on offeror's performance record, the Government has significant confidence (i.e., little doubt exists) that the offeror will successfully perform the required effort. Satisfactory-ConfidenceBased on the offeror's performance record, the Government has confidence that the offeror will successfully perform the required effort. Normal Contractor emphasis should preclude any problems. Neutral/Unknown -ConfidenceNo performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Limited ConfidenceBased on the offeror's performance record, doubt exists that the offeror will successfully perform the required effort. No Confidence Based on the offeror's performance record, extreme doubt exists that the offeror will be able to successfully perform the required effort. NOTE: A small business that submits a proposal indicating that they will be subcontracting or teaming with another company, must show that they are capable and will be performing 51% of the work. Subcontractor Consent: Past performance information pertaining to a proposed subcontractor cannot be disclosed to an offeror without the subcontractor's consent. Offeror shall provide with its proposal a letter from each proposed subcontractor that will perform major or critical aspects of the requirement, consenting to the release of its past performance information to an offeror. (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. (End of provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (DEC 2014) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (DEC 2014), applies to this acquisition, with the following addendum: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.227-14 RIGHTS IN DATA-GENERAL (MAY 2014); FAR52.227-17 RIGHTS IN DATA-SPECIAL WORKS (DEC 2001); FAR52.228-5 INSURANANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997); CL-120 SUPPLEMENTAL INSURANCE REQUIREMENTS FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); FAR 52.237-3 CONTINUITY OF SERVICES (JAN 1991); VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008); LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011): This solicitation includes FAR 52.219-6 VA Notice of Total Small Business Set-Aside (Dec 2009). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012); VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEC 2014) applies to this acquisition including the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006); FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (JULY 2013); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-14, Limitations on Subcontracting (NOV 2011) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013); FAR 52.222-3 Convict Labor (JUNE 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 Veterans (JUL 2014); FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.222-37 Employment Reports on Veterans (JUL 2014); FAR 52.222-40, Notification of Employee rights Under the national labor Relations Act (DEC 2010); FAR 52.222-54, Employment Eligibility Verification (AUG 2013); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.223-18 Encouraging contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JULY 2013); FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014); Employee Class Monetary Wage-Fringe Benefits 13063 - Media SpecialistGS-06 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915Q0162/listing.html)
- Document(s)
- Attachment
- File Name: VA259-15-Q-0162 VA259-15-Q-0162.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1855811&FileName=VA259-15-Q-0162-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1855811&FileName=VA259-15-Q-0162-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-15-Q-0162 VA259-15-Q-0162.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1855811&FileName=VA259-15-Q-0162-000.docx)
- Place of Performance
- Address: VA Health Care System;500 Foothill Drive;Salt Lake City, UT
- Zip Code: 84148-0001
- Zip Code: 84148-0001
- Record
- SN03637623-W 20150211/150209235118-879c9e42c97706f3607a40d6e6819270 (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 |