Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2021 SAM #7120
MODIFICATION

T -- Convert DVD files for the Tent of Many Voices

Notice Date
5/28/2021 11:47:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512191 — Teleproduction and Other Postproduction Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6021Q0016
 
Response Due
6/11/2021 2:00:00 PM
 
Archive Date
06/26/2021
 
Point of Contact
Bissaillon, James, Phone: 4026611690, Fax: 845229
 
E-Mail Address
James_Bissaillon@nps.gov
(James_Bissaillon@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis Solicitation for Convert DVD Files - TOMV, LECL 52.212-1, Instructions to Offerors - Commercial Items and 52.212-2, Evaluation-Commercial Items have been amended below. Read the below information in its entirety. (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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 140P6021Q0016 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05. The FAC is available at https://www.acquisition.gov/FAR. (iv) This procurement is set aside 100% for small businesses under NAICS Code 512191 � Teleproduction and Other Postproduction Services, with a Small Business Size Standard of $34.5M. (v) Line items: 00010 � Convert DVD files and save on two identical external Solid State Drives in accordance with the Scope of Work and all addenda, Quantity of one (1), Unit of job. (vi) The Lewis and Clark National Historic Trail seeks to have over 1,800 hours of video and audio recordings on 1,659 Digital Video Discs, taken from the Tent of Many Voices transferred from their archival DVDs into a lossless file format and also as an mp4 file format and transferred onto external hard drives. Furthermore, the final, video and audio recordings are to retain all associated metadata to enable future inventorying and subdividing of the files. The DVDs may contain individual files, or they may be in a DVD format, or a combination of both, with multiple filetypes. All files shall be transferred into a lossless and an mp4 filetype and each saved to both hard drives. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 45 days after receipt of order (ARO) Location: Complete project deliverables to be delivered to Lewis and Clark National Historic Trail, 601 Riverfront Dr, Omaha, NE 68102 (Further addressee information will be provided at time of award) FOB: Destination (viii) The provision 52.212-1, Instructions to Offerors � Commercial Items, applies to this procurement with the following addenda: a. Any questions pertaining to this solicitation must be sent via email to james_bissaillon@nps.gov on or before June 8, 2021 at 16:00 CDT to allow time to respond to the questions. Final questions will be answered in an Amendment to this solicitation and posted on or about June 9, 2021. All amendments must be acknowledged with your quotation. b. At a minimum, quotes must include (1) Provide the DUNS number and CAGE Code under which your offer is made. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: Factor I: Technical Capability Subfactor I � Strategy: Provide a description of the methods, techniques and procedures used to perform this project including make and model of SSDs to be used. Subfactor II � Project Schedule: Provide a project schedule for the performance and completion of the project. The entire project must be completed within 45 days of the date of award. Subfactor III � Previous Experience: Provide a description of at least two but no more than five completed projects that are similar in size and scope to this project. Previous experience is not limited to only federal contracts. Factor II: Past Performance Provide client contact information for the Previous Experience examples you provide from Factor I, Subfactor III above. Provide the point of contact�s name, address, phone number, and email address, if known. The Government may also consider any and all other sources of past performance information. Factor III: Price Provide your lump-sum price for the complete project and a breakdown of prices that allow the government to adequately perform a price analysis concerning labor, materials, and any other expenses. Include each Factor in its own file (.docx, .pdf, etc) with clear headings for the Subfactors. (ix) The provision, 52.212-2, Evaluation-Commercial Items, applies to this procurement. Evaluation of quotes will be performed in accordance with FAR 13.106-2, Evaluation of quotations or offers. A firm-fixed price award is contemplated for the quote that reflects a price that is considered both Fair and Reasonable to the government. The Government anticipates awarding 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, and 3) Price. The government may award a contract based on the initial offer received without discussion of such offers. Accordingly, each initial offer should reflect the best technical summary at the most favorable price which the offeror can offer the government. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) The provision, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this procurement. All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice : N/A. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. (xiii) Offerors are to see the complete solicitation package for complete details and attachments. There are two attachments. An active Contractor registration is required in the System for Award Management (SAM) website, https://www.sam.gov at the time of quote submission, the time of award in order to be considered for award and maintained throughout the life of the contract in order to receive payment. Attachments included: Attachment 1 - A04 SOW.pdf Attachment 2 - B03 DOL Wage Determination.txt (xiv) N/A (xv) All quotes must be submitted by the due date to be considered. Quotes are due on or before June 11, 2021 at 4:00 PM CDT. Quotes shall be submitted electronically, via email to james_bissaillon@nps.gov (xvi) The only point of contact for this solicitation is Contracting Officer James Bissaillon, email james_bissaillon@nps.gov or phone (402) 661-1690.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9578bd19ecc64dcaa8d7fb01733e5846/view)
 
Record
SN06016149-F 20210530/210528230109 (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.