SPECIAL NOTICE
A -- Notice of Intent to Sole Source - Human Performance Video for the National Saw Training Curricula
- Notice Date
- 10/4/2017
- Notice Type
- Special Notice
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
- ZIP Code
- 80526
- Solicitation Number
- 1282FT18B0001
- Archive Date
- 10/24/2017
- Point of Contact
- Anthony O Salas,
- E-Mail Address
-
asalas@fs.fed.us
(asalas@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that The Rocky Mountain Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Switchback Systems Corp. The requirements for this project is to provide subject matter expertise (intellectual property) to guide development of and produce a series of video products. A maximum of 3 videos with up to 12 minutes run time each may be required. Contractor will produce videos using contractor supplied subject matter expertise coordinated with FS input. This is a highly collaborative project. The FS will provide initial storyboards to ensure key concepts are covered. The contractor will review and consult with the FS to produce a 60% storyboard draft, which will be submitted for approval by the COR. Base field-video shoot on the approved 60% storyboard. With the FS, collaboratively build and implement field-shoot plan. It is expected that both the FS and contractor will shoot footage at the field location during the field session. It is further expected that both FS and contractor will have ‘roles' in the filmed sequences, as per the approved storyboard, to include both a variety of chain and cross-cut saw tasks and task analysis, and field interview/discussions. The contractor will collaborate with the FS leads to develop 90% story-board, finalize narrative and scene selections, and then take the lead on production of the draft and final video products. Draft, edited video products will be submitted for review (30%, 60% and 90%) before submittal and acceptance of a final (100%). It is expected that FS comments will be fully incorporated. Complete, final submittals (100%) shall include finished video segments and copies of all video and other background material produced as part of this project but not used in the final product so the government can use it to supplement this or other products. Products and materials retained by the government will become government property for purposes sawyer training only, which provides intellectual property protection for the contractor and does not limit the ability of the contractor to use footage they have shot for other purposes. The contractor will also participate in and provide subject matter expertise to the curricula development team regarding how the contractor-developed material and intellectual property will be integrated with FS developed training curricula to ensure appropriate guidance for course instructors. This task will include a maximum of 10 hours (some of which will include teleconference consultation) spread throughout the contract period of performance. The minimum qualification requirements are to have successful completion of this contract requires understanding of and expertise in the industrial use of chainsaws (saw mechanics, saw techniques, saw safety), and development of safety practices in the logging industry including psychology and risk management (including human factors in accidents and safety), human performance training including adult/young adult education, and videography (scripting and producing videos). Experience with US wildland fire management and operations is also desired. Contractor shall demonstrate experience sufficient to the Government by providing samples of recent work. Subject-matter competence is paramount, as is familiarity with training design and development and training transfer. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to FedBizOpps: October 4, 2017. Date posting will close: October 9, 2017. The North American Industry Classification System (NAICS) code is 541720 and the business size standard is $20.5 million. The desired period of performance for the services described herein is anticipated to be from October 23, 2017 through August 1, 2018. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they can produce the requirements for this procurement will need to send their capabilities in writing to Anthony Salas electronically to: asalas@fs.fed.us. Responses must be received no later than October 9, 2017, 11:00 am MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and DUNS #. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/1282FT18B0001/listing.html)
- Record
- SN04706179-W 20171006/171004231258-32aebbd85cc4344e4655d3fd07211083 (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 |