Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

69 -- The Inspector General School (TIGS) Training Videos - Statement of Work

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Army, Headquarters, Department of the Army, AMVID - ARMY VISUAL INFO CENTER, 601 NORTH FAIRFAX STREET SUITE 334, ALEXANDRIA, Virginia, 22314-0601, United States
 
ZIP Code
22314-0601
 
Solicitation Number
AMVIDRFQTIGSTrainingVideoModules
 
Archive Date
8/16/2018
 
Point of Contact
Nina Lin, , LaToya Hall,
 
E-Mail Address
nina.t.lin.civ@mail.mil, LaToya.S.Hall.civ@mail.mil
(nina.t.lin.civ@mail.mil, LaToya.S.Hall.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1: Statement of Work (SOW) 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; Quotes are being requested and a separate written solicitation will not be issued apart from this notice and its related attachments. The Army Multimedia Visual Information Directorate (AMVID), Production Acquisition Division (PAD) is issuing this Request for Quotes (RFQ) to solicit Quotes for the production of four training videos for The Inspector General School (TIGS). The budget for entire requirement is not to exceed $120,000.00. This acquisition is restricted to small businesses. The NAICS Code is 512110 and the associated small business size standard is $32,500,000.00 million. The Government anticipates awarding a single-award firm-fixed price contract. If you are interested in responding to this requirement, you shall participate by submitting a Quote in accordance with this RFQ. SPECIFICATIONS See Attachments: Attachment A: Statement of Work (SOW) QUOTES SHALL INCLUDE THE FOLLOWING INFORMATION: (1) Technical Proposal with detailed description for all services/supplies quoted. This technical proposal shall also specify how the vendor intends to meet all the requirements of the SOW, and describe similar training video modules produced by the vendor for a government agency within the past 18 months. (2) Detailed price Quote to include any and all discounts. Price Quote shall clearly indicate a total price for meeting all requirements of the SOW. (3) The following Administrative Information: a)Tax identification number (TIN) b)Dun & Bradstreet Number (DUNS) c)Cage Code d)Complete Business Mailing Address e)Contact Name f)Contact Phone g)Contact email address Note: All vendors must be actively registered in www.SAM.Gov to receive award. (4) Completed copy of the provision at FAR 52.212-3 Alt I. Vendors need not provide completed copies of this provision if the vendor has already completed their Representations and Certifications online via their www.SAM.Gov profile. (5) Up to three corporate and/or Government past performance references for recent and relevant work. "Relevant" is defined as work similar in complexity and magnitude with respect to this requirement and "Recent" is defined as contracts currently being performed or completed within the past 3 years. Each reference shall contain the following information: a)First and Last Name of Reference Individual b)Company or Organization of Reference c)Job Title of Reference and brief summary of work performed d)Phone Number(s) of Reference e)Email Address of Reference f)Contract Number, if any g)Date the contract was awarded and date it was completed DELIVERY SCHEDULE: The vendor shall deliver all videos within one year from date of Contract Award. CONTRACT AWARD Contract award shall be made to the responsible Vendor whose quote, conforming to this RFQ, provides the lowest overall price and is technically acceptable. The Government will NOT consider multiple awards. A vendor is technically acceptable if they clearly demonstrate in their technical proposal that they: 1) can meet all requirements of the SOW and 2) have produced similar training modules for a government agency in the past 18 months. SOLICITATION PROVISIONS AND CLAUSES (1)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DFARS Publication Notice (DPN) 20180629. (2)FAR and DFARS provisions and clauses may be found at: http://farsite.hill.af.mil/ (3)The following FAR provisions apply to this RFQ: •52.204-16, Commercial and Government Entity Cage Code Reporting; •52.212-1, Instructions to Offerors - Commercial Items; and •52.252-1, Solicitation Provisions Incorporated by Reference. (4)The following FAR clauses apply to this acquisition: •52.204-18, Commercial and Government Entity Cage Code Reporting Maintenance; •52.212-4, Contract Terms and Conditions - Commercial Items; •52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including [ 52.204-10, Reporting Executive compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management ] ; •52.227-14, Rights in Data-General; •52.227-17, Rights in Data-Special Works; •52.232-40, Providing Accelerated Payments to Small Business Subcontractors; •52.252-2, Clauses Incorporated by Reference. (5)The following DoD provisions or clauses (DFARS) also apply to this solicitation: •252.201-7000, Contracting Officer's Representative; •252.203-7000, Requirements Relating to Compensation of Former DoD Officials; •252.203-7002, Requirement to Inform Employees of Whistleblower Rights; •252.203-7005, Representation Relating to Compensation of Former DoD Officials; •252.204-7000, Disclosure of Information; •252.204-7003, Control of Government Personnel Work Product; •252.204-7007, Alternate A, Annual Representations and Certifications; •252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; •252.204-7009, Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information; •252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; •252.209-7002, Disclosure of Ownership or Control by a Foreign Government; •252.227-7015, Technical Data--Commercial Items; •252.227-7016, Rights in Bid or Proposal Information; •252.227-7020, Rights In Special Works; •252.227-7021, Rights In Data--Existing 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 WorkFlow Payment Instructions; •252.243-7002, Requests for Equitable Adjustment, and •252.247-7023; Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdb19f20ac7b63386f443459f608d3da)
 
Place of Performance
Address: National Capital Region (NCR), Washington, District of Columbia, United States
 
Record
SN04996613-W 20180720/180718230845-cdb19f20ac7b63386f443459f608d3da (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  © 1994-2020, Loren Data Corp.