Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2016 FBO #5224
MODIFICATION

67 -- Space and Naval Warfare Systems Center, Pacific Vision Video Product

Notice Date
3/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-R-0058
 
Response Due
3/14/2016
 
Archive Date
4/13/2016
 
Point of Contact
Point of Contact - Doris A Richardson, Contract Specialist, 619-553-3309; Cindy J Ledesma, Contracting Officer, 619-553-9311
 
E-Mail Address
Contract Specialist
(doris.richardson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
3/11/2016: Amendment 0003- - Under Factor III Past Performance: "Recent" is defined as the last 8 years from the date the solicitation was issued. All references submitted must be for projects completed after 17 Feb 2008. - Revised Attachment 3, Reference Information Sheet, Block 15 - to indicate 8 years. ******************************************************** 3/2/2016: Amendment 0002- - The closing date is extended from 1000 (PST) 7 March 2016 to 1000 (PST) 14 March 2016 - Post Questions and Answers (1-54) as of 1 March 2016 - Incorporate Attachment 5 - an excel sheet for the Pricing Structure Format ******************************************************** 2/24/2016: Amendment 0001- Question Deadline Incorporated. - Questions regarding this solicitation are to be submitted to SSC Pacific code 22710 via e-mail, E-Commerce Central, etc. to Doris Richardson (doris.richardson@navy.mil). Please use reference No. N66001-16-R-0058. The deadline for submission of questions is: 1000 PST on 1 March 2016. ******************************************************** 2/18/2016: Combined Synopsis/Solicitation - This requirement is to develop, produce and deliver an unclassified vision video that captures Space and Naval Warfare Systems Center Pacific (SSC Pacific) vision of the Information Dominance future. This is a new requirement for a full-service video/film production from concept to completion of SSC Pacific's vision video. This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive offers are being requested under (RFQ) # N66001-16-R-0058. The applicable North American Industry Classification System (NAICS) code is 512110, Motion Picture and Video Production, with a size standard of $32.5 Million dollars. This is a Total Small Business Set-Aside. Only offers submitted by Small Business Concerns will be accepted by the Government. Any offer that is submitted by an offeror that is not a Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, Offers must provide all of the items and quantities listed below. The Government will not consider offers for partial items or quantities. Anticipated Contract Line Items are as follows: ITEM DESCRIPTION QUANTITY UNIT 0001 Phase: One - Milestone One in accordance with the SOW 1 Lot 0002 Phase: One - Milestone Two & Three in accordance with the SOW 1 Lot 0003 Phase: One - Milestone Four in accordance with the SOW 1 Lot 0004 Phase: One - Milestone Five in accordance with the SOW 1 Lot 0005 Phase Three - Milestone Six in accordance with the SOW 1 Lot 0006 Phase Three - Final Video Production Submission IAW the SOW 1 Lot 0007 Phase Four - Master and Media Delivery IAW the SOW 1 Lot 0008 Data - Contract Data Requirements List (CDRL *Not Separately Priced (NSP) Delivery of the base period items is expected before 30 September 2016. If offeror lead time differs from the Government's expected delivery date, the offeror shall provide the lead time in its proposal. Offer Instructions: The Government may consider offers that fail to follow instructions to be unacceptable and ineligible for award. In order to compete for the contract described in this synopsis/solicitation, a complete Technical Volume (technical elements described below) and Price Volume must be submitted. Incomplete submissions may not be considered. Offers shall: 1. Include a separate Technical Volume that excludes prices and pricing information; 2. Include a separate Price Volume that includes pricing for each unit and a total price in US Dollars ($); 3. Provide the Offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; Include teaming arrangement details (if applicable) 4. Stay within the page limitations indicated below; 5. Submit electronically in PDF and/or Excel format; and All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages of the Technical File shall be numbered. The Technical Volume shall address Factors I-III as follows: Factor I Work Samples: Each Offeror shall provide completed work samples on a URL web link and/or CD/DVD that are similar in scope to the requirements of this acquisition. The Offeror will be required to submit three (3) demo reel and/or video samples highlighting experience with military based and technology based content. Special emphasis will be placed on the quality of special effects as defined in the SOW paragraph 5.1.4.5. All work product samples submitted must be representative of the key personnel that will be performing this effort on contract. The length of submissions must not exceed 6 minutes per work sample. Factor II Technical Approach and Capability: Section A- Technical Approach: Each Offeror will provide a detailed plan and approach in performing seven (7) key areas as detailed in the Statement of Work* and address SOW Attachment 1, Draft Treatment, specifically. Key Areas are as follows: Key Area 1: 5.1.4.5. Visual and Special Effects Key Area 2: 5.1.1. /5.1.2/5.1.3. Creating a Final Treatment, Script and Story board Key Area 3: 5.1.4.1./5.1.4.2/ 5.1.4.3/5.2.1. Film location(s), Casting, Set Production Design and Filming actors on the screen Key Area 4: 5.2.3. Incorporating Special Effects Key Area 5: 5.3.2.2./5.3.2.3. Re-shooting and Re-editing Sessions in addition to the approach details, Offeror's must include a quantifiable definition and budget approach to account for these types of sessions. Key Area 6: 5.5.1. Real Time Virtual Interaction Key Area 7: 6.0. Deliverables Offeror must submit a seven (7) month Period of Performance (PoP) gantt chart which includes identifying all key deliverables/millstones listed in SOW Section 6.0, Table 1. *Note: All elements addressed in the SOW detailed in each paragraph must be addressed. Section B- Organizational Experience: Each Offeror must provide a narrative describing the work their company has performed relevant to this planned requirement by demonstrating and describing their capabilities in terms of key personnel (include individual qualifications and experience summary), partnership/teaming arrangements, equipment and facilities. If a teaming arrangement is described, the Offeror must provide information that describes the contractor's teaming arrangement to include any information that will help the Government understand the purpose and benefit of the arrangement. Section A and B under Factor II are limited to a total of 10 pages. Factor III Past Performance: Each Offeror shall complete and submit up to three Reference Information Sheets (Attachment 3, two pages maximum for experience). The two page maximum includes the Reference Information Sheet cover-page, plus one additional page. Attached CPARS documents will not count against the two-page maximum. The Offeror shall demonstrate relevant experience in work similar to the work outline in the SOW. If available, Offerors shall attach the most recent CPARS evaluation for each experience identified. If CPARS evaluations are unavailable, Offerors shall provide one Past Performance Questionnaire (Attachment 4) to each of the customers cited on the Reference Information Sheet (Attachment 3), ensuring that the references' contact information (Block 9a/9b) is accurate. The Offeror shall request that the customer complete and send the form as an email attachment to doris.richardson@navy.mil. The completed Past Performance Questionnaire should be received by the Government not later than the closing date and time. However, the Government may consider past performance information received after this date and time. The Government reserves the right to use past performance information obtained from sources other than those identified by the Offeror. This past performance information will be used for the evaluation of past performance. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the Offeror. The burden of providing thorough and complete past performance information remains with the Offeror. The Price Volume shall address Factors IV as follows: Factor IV Price: Offerors shall provide a unit price for each Contract Line Item Number (CLIN) and a total Firm-Fixed-Price for all line items required as listed above. The Price Volume shall include the following and is limited to one page. 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 most advantageous to the Government, price and other factors considered. The Government anticipates awarding a firm-fixed-price purchase order. Factor I Work Samples: The Government will evaluate the quality of the three (3) work samples that are similar in scope to the requirements of this acquisition. Evaluation of quality will be based on the following: Quality of the Story Clarity of Message Conveyed Quality of Acting by the Cast Quality of Production Design Quality of Visual & Special Effects Quality of Filming Quality of Sound & Music Factor II Technical Approach and Capability: Section A- Technical Approach: The Government will evaluate the Offeror's plan and approach in performing seven (7) key areas as detailed in the Statement of Work and address SOW Attachment 1, Draft Treatment, specifically. Section B- Organizational Capability: The Government will evaluate the Offeror's ability to perform all aspects of the Statement of Work based on their organizational capabilities with regard to key personnel, partnership/teaming arrangements, equipment and facilities. Factor III Past Performance: The Government will evaluate past performance as a measure of the degree to which an Offeror has satisfied customers in the past, and complied with Federal, state, and local laws and regulations. The past performance evaluation considers each Offeror's demonstrated recent and relevant record of performance in supplying products and services that meet the contract's requirements. Reviewers will evaluate the Reference Information Sheets submitted by Offerors, Past Performance Questionnaires submitted by Offeror references, their own experience with Offerors, and information from third- party references and databases. Any offer rated an "Unacceptable" under Factors I, II or III may be determined to be ineligible for contract award. Factor IV- Price: The offer will be evaluated based on the total firm-fixed-price. The Government will evaluate the total price to determine if it is fair and reasonable. Basis For Award: This procurement will use the Best Value Trade-off source selection methodology. All non-price evaluation factors above are in descending order of importance as listed above. All non-price factors, when combined, are significantly more important than the price factor. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-80 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150406. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. In accordance with 52.252-1, Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: FAR 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.222-7007, Representation Regarding Combating Trafficking in Persons; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism; 252.239-7009, Representation of Use of Cloud Computing; and, 252.239-7017, Notice of Supply Chain Risk. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.203-6 and Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010); 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor (E.O. 11755); 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds TransferSystem for Award Management; and 52.239-1, Privacy or Security Safeguards. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-3, Gratuities; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.232-23, Assignment of Claims; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.225-7028, Exclusionary Policies and Practices of Foreign Governments; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical DataCommercial Items; 252.227-7020, Rights in Special Works; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea. This solicitation closes on 7 March 2016 at 10:00 AM, Pacific Time. Questions and offers must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-R- 0058. E-mail offers will not be accepted. For e-Commerce technical issues, please contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil and e-mail the points of contact below before the close date and time of the solicitation. Submissions received after the solicitation close date and time will not be accepted by the Government. The point of contact for this solicitation is Doris Richardson at doris.richardson@navy.mil. Please include RFQ# N66001-16-R-0058 on all inquiries. Questions may be addressed afterward at the discretion of the Government. No telephone questions will be entertained. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code. Combined Synopsis/Solicitation Attachments are as follows: Attachment 1: Statement of Work (SOW) Attachment 2: Contract Data Requirements List (CDRLs) Attachment 3: Reference Information Sheet Attachment 4: Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c21caeaee922bac9ffbe25211d832e2)
 
Record
SN04047664-W 20160313/160311234511-7c21caeaee922bac9ffbe25211d832e2 (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.