SOURCES SOUGHT
T -- Sources Sought - Draft PWS
- Notice Date
- 3/19/2015
- Notice Type
- Sources Sought
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-16-R-0001
- Archive Date
- 4/18/2015
- Point of Contact
- Janice A. Laurenti, Phone: 6612778801, Alberto Safille, Phone: (661) 277-2704
- E-Mail Address
-
janice.laurenti@us.af.mil, alberto.safille@us.af.mil
(janice.laurenti@us.af.mil, alberto.safille@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement SOURCES SOUGHT NOTICE THIS IS NOT A SOLICITATION. This is a Sources-Sought Notice for a commercial acquisition. The Government does not intend to award a contract on the basis of this Notice or reimburse the costs incurred by potential offerors in providing the information requested herein. In preparation for an upcoming procurement, The 412 Test Wing Public Affairs Office (412 TW/PA) and Directorate of Contracting, Edwards Air Force Base (EAFB) are conducting market research to determine potential sources capable of providing the required services described herein, and as set forth in the attached Draft Performance Work Statement (PWS). The North American Industrial Classification Systems (NAICS) code is 512110, "Motion Picture and Video Production." The small business standard for this NAICS code is $32.5 million. This is not a request for technical or cost proposals. All types of business concerns, both large and small, are encouraged to submit a brief, typed, Capability Statement in response to this sources sought announcement demonstrating their capability to provide the photographic services detailed below. BACKGROUND: 412 TW/PA is seeking sources for an anticipated Indefinite Delivery Indefinite Quantity, (IDIQ) Firm-Fixed Price (FFP) contract for Multimedia Services at Edwards Air Force Base (EAFB), CA. Contract workforce shall be required to possess, at a minimum, a security clearance at the Secret level. Additionally, all responders are encouraged to provide feedback relative to the IDIQ contract vehicale and outlined CLIN structure; specifically, Aerial Photography CLIN. The work consists of providing all management, supervision, personnel, transportation, and labor necessary to perform multimedia services at EAFB, Air Force Plant 42, and the Air Force Research Laboratory (AFRL). A comprehensive range of aerial photographic and digital products and services is required for this solicitation to include acquisition, processing, post-production, distribution, and archival services of photography, videography, motion picture film, audio, and associated graphical multimedia generation products. These services shall primarily be performed within a 100-mile air radius of EAFB; however, some extended travel shall be required as test missions dictate. ANTICIPATED CLIN STRUCTURE: CLIN 0001 BASE A/V SUPPORT CLIN 0002 AERIAL PHOTOGRAPHY CLIN 0003 OVERTIME CLIN 0004 TRAVEL Services shall include: 1) Studio and location photography, alert photography, aerial photography, videography, motion picture film and digital motion media; a. Alert photography will consist of on-call emergency response requiring multimedia services to be available 24-hours a day, 7 days a week. b. Aerial photography will consist of flight qualified multimedia specialists familiar with flying in military aircraft (jets and turbo-props,) military flight regulations, and operating in the military flight environment. c. Air Force Flight Regulations and Instructions currently consist of: • AFI 11-2FTV1, Flight Test Aircrew Training • AFI 11-2FTV3 and AFFTC SUP, Flight Test Operations Procedures • AFI 11-202V3 and AFMC SUP, General Flight Rules • AFI 11-301 and AFMC SUP, Aircrew Life Support Training • AFI 11-401 and AFMC SUP, Aviation Management • AFI 48-123, Medical Examination and Standards, Section 7.6, (Medical Standards for Miscellaneous Categories, 7.6.4.) to also include necessary training for Combat Edge, Non-Combat Survival Training, Crew Resource Management Training, Emergency Parachute Training, Local Area Survival Training, Life Support Training, Life Support Equipment Training, Aircraft Egress Training, Water Survival Training, Fire Extinguisher Training, Flight Line Drivers Training, and Emergency Data Training. 2) Event-based audio support and services, and mobile audio systems maintenance. 3) Program management/production control services including work order request and control system, customer receipt, and direct input into a job order cost accounting system. 4) Operation of a multimedia library (both digital and analog.) 5) Operation of a visual information support center that includes a visual information equipment loan service, and a customer service center. 6) High-speed motion picture film camera equipment maintenance. HOW TO RESPOND: Firms who believe they have the capabilities to provide the required full service aerial photographic services, as described in the requirements, must furnish detailed information demonstrating their capabilities to fulfill the requirements. Submitted Capability Statements shall include the following: (1) Firm name and address (2) DUNS number (3) Type of business (e.g. large business, small business, 8(a), HUB Zone small business; veteran-owned small business; service-disabled veteran-owned small business; woman-owned small business; or small disadvantaged business as validated via Systems for Award Management (SAM) (4) Company point of contact - name, phone and email address (5) Point of contact, phone and email address of individuals who can corroborate the demonstrated capabilities identified in the responses (6) Demonstration of the capabilities possessed for meeting the requirements, including knowledge of and experience with Government and military installations. (7) Three (3) references whereby same or similar services were provided to any entity to include federal, state, local, private or non-profit. Businesses shall submit an electronic copy using PDF or Microsoft Word of the requested information (not to exceed 7 pages, including appendices, diagrams, and examples using one inch margins, and pages numbered consecutively) to Janice Laurenti, Contract Specialist, via email at janice.laurenti@us.af.mil and Alberto Safille, Contracting Officer via email at albert.safille@us.af.mil no later than 4:00 p.m. Pacific Standard Time (PST) 03 Apr 2015. Responses will not be returned. All questions or responses to this Sources Sought announcement shall be directed to Janice Laurenti via email address provided. No feedback will be provided regarding individual Capability Statements. Information received will be considered solely to make informed decisions regarding a potential procurement. Responses to the Sources Sought announcement are not offers and cannot be accepted by EAFB to form a binding contract. No reimbursement for costs will be made associated with providing information in response to this Sources Sought announcement or any applicable follow-up information requests. Contracting Office Address: 5 South Wolfe Avenue Edwards Air Force Base, California 93524 Place of Performance: Edwards AFB, California 93524 United States Primary Point of Contact: Janice Laurenti, Contract Specialist janice.laurenti@us.af.mil Phone: 661-277-8801 Secondary Point of Contact: Alberto Safille, Contracting Officer alberto.safille@us.af.mil Phone: 661-277-2704 Atch 1 Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-16-R-0001/listing.html)
- Place of Performance
- Address: 305 E. Popson Avenue, Building 1405, Room 109, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03672595-W 20150321/150319234701-dcdc018481908e88533c3563baa2b9fe (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 |