Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOLICITATION NOTICE

T -- VIDEOGRAPHY SERVICES

Notice Date
5/19/2020 3:08:37 PM
 
Notice Type
Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0057
 
Response Due
6/5/2020 12:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Bell, Larissa
 
E-Mail Address
lrbell@usbr.gov
(lrbell@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
140R3020Q0057 Videography Services Combined Synopsis/Solicitation The purpose of Amendment 01 is to incorporate Clauses into this solicitation. The quote due date remains June 05, 2020 at 4:00pm (1600), PST. All other terms and conditions remain unchanged. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0057) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-01 dated 10/25/2019. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 512110, Motion Picture and Video Production. The small business size standard for NAICS Code $32.5 Million. (v) Line item 0001 12 Months, Videography Services. The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. It is estimated that Task Orders for videography services will be awarded on an annual as needed basis. Also see Attachment 2 - Price Schedule (available in MS Excel). Line item 0002 12 Months, Videography Services - Year 2.* Line item 0003 12 Months, Videography Services - Year 3.* Line item 0004 12 Months, Videography Services - Year 4.* Line item 0005 12 Months, Videography Services - Year 5.* (vi) The Bureau of Reclamation has a requirement for a contractor to provide videography services for the Public Affairs office in accordance with this performance work statement. (vii) Reclamation anticipates awarding one firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) as a result of this RFQ. The ordering period will begin on or about June 15, 2020 and continue for 5 years. Work shall be completed within 50 miles of Boulder City, NV. The Government reserves the right to make multiple awards or no award, if necessary. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. (ix) FAR provision 52.212-2, Evaluation-Commercial Items. (a) 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 following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance 3. Price (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-13, System For Award Management Maintenance (OCT 2018) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-14, Limitations on Subcontracting (Jan 2017) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.222-54, Employment Eligibility Verification (Oct 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (Aug 2018) - WAGE DETERMINATION NO. 2015-5593, REVISION NO. 12, DATE OF REVISION 12/23/2019 (see Attachment 3 - Wage Determination). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) - Photographer; GS-1060-07; MONETARY WAGE - $21.03/hr; FRINGE BENEFITS 19%, includes paid health insurance premiums, retirement benefits, vacation pay, and sick leave pay. This Statement is for Information Only: It is not a Wage 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards � Price Adjustment (May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Mar 2016) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (xiii) Additional contract requirements include the following clauses and provisions: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-24, C9 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.216-18, Ordering (OCT 1995) 52.216-19, Order Limitations (OCT 1995) 52.216-22, Indefinite Quantity (OCT 1995) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) 52.225-1, Buy American Supplies (May 2014) 52.232-40, Provide Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-15, Stop Work Order (AUG 1989) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998 1452.201-70, Authorities and Delegations Department of the Interior (SEP 2011) 1452.201-80, Contracting Officer's Representative�s Authorities and Limitations�Bureau of Reclamation (May 2018) 1452.215-71, Use and Disclosure of Proposal Information�Department of the Interior (Apr 1984) 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations�Bureau of Reclamation (May 2005) 1452.237-80, Security Requirements Bureau of Reclamation (FEB 2017) DOI-AAAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (APR 2013) DOI-AAAP-0050, Contractor Performance Assessment Reporting System (Dec 2015 MINIMUM AND MAXIMUM ORDERING QUANTITIES (INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT)--BUREAU OF RECLAMATION-LOWER COLORADO REGION QUOTE INSTRUCTIONS -FULL TEXT: (a) A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The Government will conduct a direct comparison of one quote with another in order to determine which quote best provides the Government what it needs, as identified in this solicitation. The Government reserves the right the select a quote that provides benefit to the Government that exceeds the minimum but is not required to do so. Quotes may exceed the requirements, but the Government is not requesting or accepting alternate quotes. Each quote must respond to the solicitation requirements. (b) Instructions. ~1. Relevant Experience - Vendors must demonstrate a sufficient amount of experience in performing work that is similar in nature and complexity to the work described within this requirement. To facilitate evaluation of this, vendors are requested to submit: 1) a minimum of three examples of work they have performed in the last 5 years that are similar in nature to the scope and complexity of the work described within this requirement, and 2) a document describing the work performed on each of the projects provided so the Government can determine from the description that it was, in fact, similar to the work required under this solicitation (see Attachment 4 - Past Performance Questionnaire). ~2. Past Performance - Vendors must demonstrate satisfactory or better past performance in successfully performing work that is similar in nature and complexity to the work described within this requirement. To facilitate evaluation of this, the vendor shall provide: 1) the name and current telephone number of a minimum of three companies they have performed this work for within the last 3 years. These may be the same projects that were provided under ""Experience"". 2) The Government may also use past performance information obtained from other than the sources identified by the vendor, e.g. CPARS and/or FAPIIS. ~3. Price - Vendors shall complete and submit Attachment 2 - Price Schedule, with their quote. Note that by submission of a quote, the Vendor is certifying that they have the capability to perform the requirements of videography services outlined in the Performance Work Statement. (xiv) Not Applicable (xv) All questions shall be submitted via email to lrbell@usbr.gov no later than May 27, 2020 by 4:00 P.M., PST. Offers are due June 5, 2020 by 4:00pm, PST. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted electronically through SAMbeta/FedConnect or via email to lrbell@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Larissa Bell. She may be reached via e-mail at lrbell@usbr.gov, or by phone at 702-293-8528. End of Combined/Synopsis Solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d4a0aff3d4274ce9996f6ee51ebb3cd7/view)
 
Record
SN05662493-F 20200521/200519230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.