Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

R -- U.S. Army Field Band Holiday Video Production

Notice Date
11/20/2020 7:35:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-21-R-0014
 
Response Due
11/25/2020 12:00:00 PM
 
Archive Date
11/26/2020
 
Point of Contact
David Lee Gecewicz, Phone: 7038068205, SFC David J. Parks, Phone: 301-785-0240
 
E-Mail Address
david.l.gecewicz2.civ@mail.mil, david.j.parks28.mil@mail.mil
(david.l.gecewicz2.civ@mail.mil, david.j.parks28.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Importatnt - Questions Shall be received by 3:00 PM on November��24, 2020.� No extensions will be granted. PERFORMANCE WORK STATEMENT (PWS) Video Production of Holiday Music Presentation �for The United States Army Field Band Part 1 General Information 1.� General:� This is a non-personnel services contract to provide support for the United States Army Field Band�s Holiday Video Production. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service provider(s) shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.1 Description of Services/Introduction:� The Contractor shall provide all personnel, facilities, equipment, supplies and other non-personnel services necessary to provide for the Holiday Concert Video Production as defined in this Performance Work Statement except for those items specified as Government-furnished property and services.� The Contractor shall perform to the standards in this contract. 1.2 Background: The US Army Field Band will present a Holiday Music Video Presentation no later than Thursday, December 24, 2020 at 8:00 p.m. �This product will be available to the general public and the distribution network needed to support this product cannot be accommodated by The US Army Field Band (TUSAFB) at Fort Meade, MD. 1.3 Objectives:� Work directly with the Production director to prepare and execute a television program no less than 22 minutes of duration of Broadcast Television quality. Broadcast on Television Network with at minimum one million person audience reach according to Nielsen audience measurement systems Deliver a video product of Television HD quality, 1280 active pixels horizontally by 720 active lines vertically, progressively scanned 59.94 frames per second, aspect ratio 16x9 (1.78/1), conforming to the scanning parameters specified in SMPTE 296M, file type MXF 720P content; audio mix will be at minimum 2-channel stereo and shall be linear PCM with sample rate of 48khz locked to video with 24-bit depth, with target reference level audio loudness of -24 dB LKFS, +- 2 dB, with maximum true peak levels not exceeding -6 dBFS. 1.4 Scope:� Be located within the Military District of Washington or Contractor Facility in the United States Provide a well-known spokesperson in the Television industry to the general public as host Design a narrative script for television program that dictates all messaging/language spoken and captured Provide video support to include broadcast cameras with at least 4k resolution, cables, lens kits, stands, and memory cards Provide crew to capture video footage of subject interview, host narration, and musical performances of TUSAFB Provide teleprompter to support on camera personnel executing script Provide director to manage script edits, talent on-camera, and production schedule Provide audio gear to include microphones, cables, recording audio interface, and storage drive Provide audio support to manage on-site audio playback of music and capture of speaking Provide a venue with dimensions greater than or equal to 20� x 20� and have the ability to accommodate up to 20 seated instrumentalists and 1 vocalist (adhering to COVID protocols) for musical segments Provide remote camera lighting to include all fixtures and controls. Must have personnel to accommodate host and interview personnel Must have personnel pass background investigation for those required on MDW installation Must have established connections with on-screen talent and television industry Must have connections with third-party broadcast and streaming partners Must utilize TUSAFB personnel for all captured/recorded musical performances Will be provided all previous TUSAFB Holiday Music audio/video captures as needed Provide technician crew to create one minute animated musical segment at full 24 frames per second, Synchronized to musical performance recording of TUSAFB Provide support to create all graphics on camera, including lower thirds, credits, fonts, and all stationary imagery on screen. Provide support to edit captured footage into single video sequence of no less than 22 minutes of duration Must provide two (2) revision points feedback/suggestions/changes to footage for pacing, angles, or script revisions in post-production Provide support to color correct the single video sequence to ensure consistency in appearance of all visuals Provide distribution outlet of video performance to ensure availability to the general public, to include network/cable television, major streaming networks, and/or digital/social media platforms to have, at minimum, a one million person reach during broadcast. 1.5� Period of Performance:�� The period of performance is from 01 December 2020 to 24 December 2020. �� ����������������������������������� 1.6�� General Information 1.6.3 Recognized Holidays:� The Contractor is not required to work on the following federal holidays. New Year�s Day���������������������������������������������� Labor Day Martin Luther King Jr.�s Birthday��������������������� Columbus Day President�s Day����������������������������������������������� Veteran�s Day Memorial Day������������������������������������������������� Thanksgiving Day Independence Day������������������������������������������� Christmas Day 1.6.4 Hours of Operation:� The days for script writing, video record of host and interview personnel, recording musical performances will be 8:00 a.m. to 8:00 p.m, 1-4 December 2020. The days of editing, animation, and graphics will be 8:00 a.m. to 8:00 p.m, 5-15 December 2020. The days for revisions, color correction, and securing distribution will be 8:00 a.m. to 8:00 p.m, 15-24 December 2020. 1.6.5 Place of Performance:� The work to be performed under this contract will be performed at the Contractor�s facility, at 4214 Field Band Drive, Fort Meade MD 20755, and at other locations as required to fulfill scope of work. 1.6.6 Type of Contract:� The government will award a Firm Fixed Price contract. 1.6.7 Security Requirements:� Contractor personnel performing work under this contract require no security clearances. 1.6.7.1 AT Level 1 Training: All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, and controlled-access areas shall complete AT Level I awareness training within 30 calendar days after the contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil 1.6.7.2 iWATCH Training: The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. https://slideplayer.com/slide/5285421/ 1.6.7.3 OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. https://securityawareness.usalearning.gov/opsec/ 1.6.8 �Physical Security: �The Contractor shall be responsible for safeguarding its own equipment while on site.�� The Contractors shall provide security during filming of host segment, subject interview, supplemental footage, and musical segments involving TUSAFB personnel 1.6.9 Key Personnel:� N/A 1.6.10 Identification of Contractor Employees:�� All contract personnel working other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials.� They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.� 1.6.11 Organizational Conflict of Interest:� Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5.� The Contractor shall notify the Contracting Officer and Contracting Officer�s Representative immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI.� The Contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.12 Enterprise Contractor Manpower Reporting Application (ECMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Concert Hall Lease via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2020. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. PART 2 DEFINITIONS & ACRONYMS 2.� Definitions and Acronyms: 2.1. DEFINITIONS:� 2.1.1. CONTRACTOR.� A supplier or vendor having a contract to provide specific supplies or service to the government.� The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER.�� A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government.� Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR).�� An employee of the U.S. Government appointed by the contracting officer to administer the contract.� Such appointment shall be in writing and shall state the scope of authority and limitations.� This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications.� This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE.� A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE.� Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL.� Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS.� When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY.� Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE.� The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance.� 2.1.10. QUALITY CONTROL.� All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR.� One that enters into a contract with a prime Contractor.� The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY.� The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK.� Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS:� AFARS��������������������������������� Army Federal Acquisition Regulation Supplement AR����������������������������������������� Army Regulation CCE�������������������������������������� Contracting Center of Excellence CFR��������������������������������������� Code of Federal Regulations CONUS��������������������������������� Continental United States (excludes Alaska and Hawaii) COR�������������������������������������� Contracting Officer Representative COTR����������������������������������� Contracting Officer's Technical Representative COTS������������������������������������ Commercial-Off-the-Shelf DA����������������������������������������� Department of the Army DD250������������������ ����������� �� Department of Defense Form 250 (Receiving Report) DD254���������������������������������� Department of Defense Contract Security Requirement List DFARS��������������������������������� Defense Federal Acquisition Regulation Supplement DMDC���������������������������������� Defense Manpower Data Center DOD�������������������������������������� Department of Defense FAR��������������������������������������� Federal Acquisition Regulation ������ HIPAA���������������������������������� Health Insurance Portability and Accountability Act of 1996 KO����������������������������������������� Contracting Officer OCI��������������������������������������� Organizational Conflict of Interest OCONUS������������������������������ Outside Continental United States (includes Alaska and Hawaii) ODC ������������������������������������� Other Direct Costs PIPO�������������������������������������� Phase In/Phase Out POC��������������������������������������� Point of Contact PRS��������������������������������������� Performance Requirements Summary PWS�������������������������������������� Performance Work Statement QA����������������������������������������� Quality Assurance QAP��������������������������������������� Quality Assurance Program QASP������������������������������������ Quality Assurance Surveillance Plan QC����������������������������������������� Quality Control QCP��������������������������������������� Quality Control Program TE������������������������������������������ Technical Exhibit TUSAFB������������������������������� The United States Army Field Band PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.� GOVERNMENT FURNISHED ITEMS:� 3.1. Labor: The Government will provide at least four (4) production assistants to support script, manage Government personnel, and manage all loading/un-loading of Government equipment. 3.2 Equipment: The Government will provide all concert band equipment, stands, instruments, decorative set items, and playback audio speaker for music recording playback on-site performance synchronization. 3.3 Media: The Government will provide all music audio for playback on-site recording synchronization and for final mix of audio component of Broadcast Video. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.� CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:� 4.1� General:� The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance N/A. 4.3. Equipment:� The Contractor shall provide the following to meet the requirements of this PWS. Professional Video Capture devices and accessories to include: CAMERA Sony FX9 6K Full Frame Cinema Camera (x2) or comparable Sony A7s3 4K Full Frame Cinema Camera or comparable Sony FS5 4K Cinema Camera or comparable DJI Mavic Pro 2 Drone or comparable LENS Sigma FE 24-70mm f2.8 or comparable Sony FE 70-200mm f2.8 or comparable Sigma FE 100-400mm f5 or comparable DZOfilm Full Frame Prime Lens set (25,35,50,75,100,125mm) or comparable CAMERA SUPPORT Steadicam AERO 30 or comparable Acebil Supercrane120 30ft Jib or comparable Oconnor Tripods and Heads or comparable OSMO stabilized handles for A7s3 or comparable Mathews 45� Slider or comparable Teradek Bolt 750 Full Wireless Video system or comparable 2x Panasonic 17� Production Monitors or comparable 4x Comtek packs for audio monitoring or comparable Professional Audio Capture devices and accessories to include: AUDIO Lectrosonics UCR211 Transmitter/Receivers or comparable Lav mics;� Tram Mics & AT899c Mics or comparable Sennheiser MKH416-P48U3 Shotgun mics or comparable Sennheiser MKH 8040 Cardioid mics or comparable Sound Devices 888 Portable Mixer/ Recorder or comparable Professional Graphics-based Computer Equipment Professional Dramatic Set lighting and accessories to include: GRIP AND ELECTRIC Hudson Spider Mozzie/ Redback Parabolic LED lighting kit (x2) or comparable Astera TitanTube Portable LED RGB lighting tubes (x5) or comparable 10K HMIs or comparable C-stands, Light stands, power cables or comparable All necessary Grip gear/storage Professional Animation/Graphics/Video Software Production to include non-decorative stage set items 4.4. Labor:� The Contractor shall provide the following to meet the requirements of this PWS 15 technicians � lighting, sound technician, videographers, video editors, animators, script writer, teleprompter operator, color correction technician 1 director 1 host 1 subject matter expert � person(s) for interview segment 4.5. Trucking:� N/A 4.6 �Parking:� N/A ����������������������������������������������� ������������������������������������������������������������������������������� ������ PART 5 SPECIFIC TASKS 5.� Specific Tasks: The Contractor shall provide well-known spokesperson in television industry as host The Contractor shall capture all video and audio of host and interview The Contractor shall capture video only of musical sequences and supplemental footage for narrative sequence. The Contractor shall set up all camera, lighting, and audio equipment per production schedule specifications and strike set up upon completion of recording capture. Production set up will include capture of: host, interview, and musical performances by Government personnel. The Contractor shall provide a video sequence draft of program no later than 16 December 2020. The Contractor shall provide a competition of all graphics and animation no later than 20 December 2020. The Contractor shall provide a final delivery of video sequence no later than 23 December 2020 that meets Broadcast Television requirements. The Contractor shall abide by all CDC guidelines during entire time of performance to include temperature checks at any Government or Contractor facility, limit of personnel in indoor spaces to allotted capacity limits, sanitization of workspaces and equipment, and wear of mask at all times. Personnel on camera and captured footage may remove masks after physical distancing is allotted prior to recording. TECHNICAL EXHIBIT 1 PERFORMANCE REQUIREMENTS SUMMARY ��� � Performance Objective (The Service required�usually a shall statement) Standard Performance Threshold (This is the maximum error rate.� It could possibly be �Zero deviation from standard�) Method of Surveillance PRS # 1� Contractor shall provide well-known spokesperson in television industry as host PWS Para 5.1 The Contractor will ensure that a prominent dramatic actor/actress serves as host of the program. Their experience and abilities to set tone and amplify story-telling in script will be crucial to executing to a television audience accustomed to a broadcast standard production. Zero deviation from the standard. 100% inspection PRS #2 The Contractor shall capture all video and audio of host and interview PWS Para 5.2 The Contractor will insure that host and interviewed personnel have an orderly appearance on-camera for the narrative, and enunciation of language is clear and at an acceptable audio level to television audience. Zero deviation from the standard. 100% inspection PRS # 3 The Contractor shall capture video only of musical sequences and supplemental footage for narrative sequence. PWS Para 5.3 The Contractor will ensure capture of musical segments of US Army Field Band and all supplemental footage for narrative is video only. Musical segment audio will be provided a final audio mix from TUSAFB. Zero deviation from the standard. 100% inspection PRS # 4 The Contractor shall set up all camera, lighting, and audio equipment per production schedule specifications and strike set up upon completion of recording capture. PWS Para 5.4 The Contractor will ensure all set up of set and equipment to capture host narration, interview, musical sequences, and supplemental footage. After completion of video capture, Contractor will breakdown all equipment and secure Zero deviation from the standard. 100% inspection PRS #5 The Contractor shall provide a final delivery of video sequence no later than 23 December 2020 that meets Broadcast Television requirements PWS Para 5.7 The Contractor will ensure a final video product that meets commercial Television HD quality specifications; 1280 active pixels horizontally by 720 active lines vertically, progressively scanned 59.94 frames per second, aspect ratio 16x9 (1.78/1), conforming to the scanning parameters specified in SMPTE 296M, file type MXF 720P content; audio mix will be at minimum 2-channel stereo and shall be linear PCM with sample rate of 48khz locked to video with 24-bit depth, with target reference level audio loudness of -24 dB LKFS, +- 2 dB, with maximum true peak levels not exceeding -6 dBFS Zero deviation from the standard. 100% inspection ������������������������������������������������������� �� TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency Medium/Format Submit To (Indicate PWS paragraph number) (by the 5th of� every month or within 30 days of contract award) (May be paper or CD in MS Word) 5.5 Provide video sequence for review No later than 15 DEC 2020 Proxy media (MP4) for playback on remote computer COR and Contracting Officer 5.6 Complete and provide all graphics and animated synchronized sequence No later than 20 DEC 2020 Source files (After Effects or comparable standard) and proxy media (MP4) for reference/archive/review COR and Contracting Officer 5.7 Complete final video product for broadcast No later than 23 DEC 2020 Source file (MXF) and proxy media (MP4) for reference/archive/review COR, Contracting Officer, and Television Distrubutor ����� TECHNICAL EXHIBITS 3 ESTIMATED WORKLOAD DATA Below are the descriptions and estimated annual labor hours for the requirements of this PWS based on historical data.� These hours do not project actual requirements for the new contract, nor does it reflect hours required of subcontractors.� The Contractor is responsible for proposing the appropriate hours and labor mix to perform the requirements of this PWS.� This data is provided for informational purposes only. Note: Days are normally at 10 hrs. Days may go as long as 14 hrs. ����������������������������������������������� ����������������������������������������������� ITEM NAME ESTIMATED QUANTITY�������� (on-duty not including travel) 1 Technicians � lighting, sound, video, editor, animation, script, teleprompter, color correction 15 persons 260 hours total 2 Director 1 persons 120 hours total 3 Host 1 persons 10 hours total 4 Interview Subject 1 persons 2 hours total See attached PWS as well�as the Solicitation�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/efb76b002ea9488393acbf97e3083701/view)
 
Place of Performance
Address: MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN05857957-F 20201122/201120230142 (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  © 1994-2020, Loren Data Corp.