Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

T -- Video Productions for the US Coast Guard, Center for Arctic Study & Policy- Polar Icebreaker Program History - Attachments

Notice Date
8/29/2018
 
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, 2530 Crystal Drive #7136, ARLINGTON, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
W912JY18USCG
 
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 B: Schedule of Supplies/Price Quote Attachment A: Statement of Work 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) for the US Coast Guard, Center for Arctic Study & Policy- Polar Icebreaker Program History (USCG CASP-PIPH) to solicit Quotes for the scripting, production, and editing of one (1) approx. 27-minute video and one (1) 2-3 minute video. The video will be about the history of the US Coast Guard polar icebreaker program and the importance of USCG Cutterman who served on polar icebreakers in the 1950's, 60's and early 70's. The budget for entire requirement is not to exceed $150,000.00. 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) Attachment B: Schedule of Supplies/Price Quote QUOTES SHALL INCLUDE THE FOLLOWING INFORMATION: (1) Statement of Experience (Pass/Fail): No more than a (1) page document that clearly demonstrates the vendor has produced a similar ' DOCUMENTARY' video product for the Federal Government in the past 3 years. (2) Technical Proposal consisting of: a) Quoted Effort: No more than a (1) page document that describes the vendor's proposed effort and capability to produce the videos within the government's budget. b) Creative Approach: No more than a one (1) page document that describes vendor's proposed concept for the productions that can be accomplished within the government's budget. c) Video Production Samples: No more than two (2) sample video productions shall be submitted for evaluation. Samples should reflect execution of key aspects of the vendor's proposed Creative Approach. Requirements for samples: i. Samples must have been created within the past 3 years. ii. At least one (1) sample must be a complete production. This should be accompanied by a statement describing the customer's objective for the production, the approximate budget, and what other resources were provided by the customer for the project. iii. Highlight/sizzle/demo reels may be included in the samples; however the government may limit viewing of all samples to 10 minutes cumulative review time. iv. Samples shall be submitted electronically either via website link. (3) Detailed price Quote (Attachment B: Schedule of Supplies/Price Quote) to include any and all discounts. Price Quote shall clearly indicate a total price for meeting all requirements of the SOW. (4) 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. (5) 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. (6) 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 CONTRACT AWARD The vendor's quote must effectively demonstrate a practical and cost effective approach to performing requirements within a finite budget, which is $150,000.00; and do so in a manner that represents a comprehensive understanding of the magnitude, complexity, and unique challenges of the Government's requirements. A single award shall be made to the responsible Vendor whose quote, conforming to this RFQ, is most advantageous to the Government using a two-part evaluation. First the quote will be evaluated for on a pass/fall basis on whether or not the vendor has produced a similar ‘DOCUMENTARY' video product for the Federal Government in the past 3 years. Vendors that do not meet this requirement will be removed from further considerations from award. Next, the quotes that pass the initial pass/fail evaluation will be evaluated using best value tradeoff procedures in terms of the following evaluation factors in order of importance: Technical, Past Performance and Price. 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. QUESTIONS: Vendors shall submit all questions in writing by 3:00 pm Eastern Time (ET), Tuesday, September 4, 2018 via e-mail with subject line "USCG Questions" to Nina.T.Lin.civ@mail.mil with cc to latoya.s.hall.civ@mail.mil and andrew.e.christen.civ@mail.mil RFQ DUE DATE: The RFQ Due date for responses is on or before 3:00pm ET, Monday, September 10, 2018 via e-mail with subject line "USCG Quote" to Nina.T.Lin.civ@mail.mil with cc to latoya.s.hall.civ@mail.mil and andrew.e.christen.civ@mail.mil. The maximum file size for emails is 5 MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f70f16d8fe8d7df8e0978a9b645bb628)
 
Record
SN05061399-W 20180831/180829231128-f70f16d8fe8d7df8e0978a9b645bb628 (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.