Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2003 FBO #0639
SOLICITATION NOTICE

T -- Privately owned vehicle accidents video production

Notice Date
8/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0165
 
Response Due
9/9/2003
 
Archive Date
9/24/2003
 
Point of Contact
William Underwood, Contract Speciaist, Phone (202) 767-8093, Fax (202) 767-7814, - Natalie Sitkowski, Contract Specialist, Phone 202-767-7939, Fax 202-404-3424,
 
E-Mail Address
William.Underwood@bolling.af.mil, natalie.sitkowski@bolling.af.mil
 
Description
INTRODUCTION: The 11th Contracting Squadron, (LGCN) is requesting Firm Fixed Price proposals be submitted for solicitation number F49642-03-T-0165 in support of purchase request F8021031410200, to produce a video for training purposes. The offerors proposal must include all data and information requested herein and be submitted in accordance with these instructions. The offeror shall be compliant and ensure that all work performed is within the scope defined in the attached SOW. This announcement constitutes the only solicitation for proposals. A separate written solicitation will not be issued. Please provide pricing in accordance with the CLIN structure listed: CLIN 0001 Long distance calls to principals, includes FLOs, Commanders and family members, 1 each, NTE $600; CLIN 0002 Script writing for narrator of the video 1each; CLIN 0003 Transcription of interviews where required 1 each; CLIN 0004 Offline video editing 1 each; CLIN 0005 Online video editing 1 each; CLIN 0006 Travel expenses to/from work locations 1 each, NTE $2,000; CLIN 0007 Interviews with principals on the phone 1 each; CLIN 0008 On camera interviews with principals 1 each; CLIN 0009 Editing of film onsite 1 each; CLIN 00010 Editing of film offsite 1 each; CLIN 00011 Consultation with AF specialist, 1 each. This a 100% Small Business set-aside. However, if two (2) or more responsive/responsible small business offerors are not received, this acquisition will be considered open to a full and open competitive effort. STATEMENT OF WORK FISCAL YEAR 2003 Family Liaison Officer for Privately Owned Vehicle (POV) Accidents 1.0. SCOPE 1.1. Contractor shall serve as the overall production manager and producer of a 25 to 30-minute video to be used for training purposes for the Air Force Survivor Assistance Program. Commanders and the Family Liaison Officer (FLO) are a critical piece of the program. This videotape will serve as a realistic training tool for Commanders experiencing a POV death within their unit and for FLOs assigned to assist those families. The video produced will be based on real life situations dealt with by surviving family members, commanders and FLOs. It will also be used to raise awareness of the Survivor Assistance program at all levels. 1.2. The Government (HQ AF/ILV) shall serve as the final authority for determining if the final product meets the needs of the Air Force Survivor Assistance Program. 2.0. RESPONSIBILITIES OF THE CONTRACTOR: 2.1. Contractor shall provide educational credentials at the Masters Degree level or higher in the mental health area such as: counselor. social worker, psychologist, as well as professional references and successful work experience to the Government or like agencies. This information must clearly show the Contractor has an understanding of the dynamics and behavioral changes that are experienced by those who suffer the death of a loved one. Additionally, prior experience with the Air Force Survivor Assistance Program and its various components or equal civilian agencies would be of great benefit to the Government. 2.2. Contractor shall have prior experience in producing training videos to include studio editing and script writing. 2.3. The contractor shall provide a detailed outline transitioning from the introduction on loss to the AF through POV fatalities and caring for unit members and families through experiences of commanders, FLOs and families for approval prior to commencing any contact outside ILVQ. 2.3. Contractor shall provide proof of actual cost of long distance telephone calls for the interviewing of not fewer than four (4) or more than six (6) each commanders, FLOs and family members experiencing a loss. 2.4. Contractor shall produce a video which educates the "lay people" on the dynamics of the loss of a loved one and the diversity of potential reactions. The Contractor shall cover each of the following areas in the video: a. Introduction to ground safety and POV accident prevention b. Experiences of commanders in dealing with POV fatalities and their interaction with unit members and families. c. Experiences of FLOs in dealing with POV fatalities and their interaction with commanders, unit members and families. d. Experiences of families in dealing with POV fatalities and their interaction with commanders, unit members and FLOs. c. Assisting family members in the long term to deal with this loss and to find help d. Teaching the audience on what and what not to say to surviving family members. To recognize the needs of family members of all ages. e. That FLOs need to be sensitive to all needs; regardless--for example, it may be more important for the family to have childcare arranged so they can make funeral arrangements rather than have a second meeting with personnel regarding insurance. f. FLO assignment is a long-term job. g. Emphasize the FLO does not become the expert in the various areas he represents, rather is the conduit to the experts ensuring family members receive the best help available from the subject matter professionals. h. Conclude the video by tying all areas of emphasis together and a message of importance on situational awareness when driving and Survivor Assistance to the family when a POV related death occurs. 2.5. Contractor shall interview a minimum of four (4) each and a maximum of six (6) each Air Force commanders, FLOs and family members both in pre-interview over the telephone and in front of the camera. The Contractor shall prepare questions related to the list in 2.4. The Government shall review the list for applicability and may provide additional questions. This information will be incorporated into the video to ensure FLOs understand the critical role they play. 2.6 Contractor will also review AF video footage from previous Survivor Assistance Program videos for applicable insertion into the video. 2.7. Contractor shall studio edit and script write the content of the entire video from the interviews and applicable previous Survivor Assistance Program footage into a training video which shall be approximately 30 minutes in length. Not more than 40 minutes and not less than 25 minutes in length. A camera ready cover, backed with an instructors guide, instructors guide for use with the video will be developed. Instructors guide will fit the pocket of standard sized VHS case, 8.75x10.25 inches. The instructors guide will match, in design, previous guides provided. Previous camera ready artwork is available from the AF. 2.8. Contractor will provide receipts for all travel related expenses, i.e., airport parking, hotel bills, airline ticket receipt, POV travel to and from airport, for reimbursement. 3.0. RESPONSIBILITIES OF THE GOVERNMENT 3.1. The Government shall provide the studio camera room, equipment, camera person technical advisor/assistant, narrator, and "hard" edit technician with equipment in operational condition which is necessary, to produce a video into a final format. An office space shall be furnished as needed to include a telephone and computer with word processing, e-mail, and printer capabilities for 7 days. Studio room and office space may be within the confines of the Pentagon, Washington, DC or at Air Force Services Agency in San Antonio, Texas. 3.2. The Government shall bear all project related phone calls, transportation and a daily per diem expense of the Contractor for not more than 4 days to complete the on camera interviews and then for not more than and additional 10 days to complete the editing and production process. Travel and per diem will be at normal government contract and locality rates. Receipts must be presented for phone, travel and lodging expenses. These expenses are not in the contract and will be completed with invitational travel orders and subsequent filing of DD Form 1351 Travel Voucher through HQ AF/ILV. 3.3. The Government shall pay reimbursement for all long distance telephone calls, for pre interviews and other calls to family members and other participants as noted in the contract. Payment will be based on documentation provided by the contractor. 3.4. The Government personnel shall make arrangements for the entrance of the Contractor and associated personnel such as interviewees to military facilities to include the Pentagon. 3.5. Government personnel shall provide: 3.5.1. Access to the required areas. 3.5.2. Accessible power. 3.5.3. Names and phone numbers of commanders, FLOs and survivors who have been contacted telephonically and/or in writing and who have expressed a willingness to participate in the filming of this video. 4.0. SECURITY: 4.1. Contractor shall provide employees with United States citizenship to perform tasks cited in this statement of work. 4.2. Government will provide constant surveillance of contractor employees while at job site on military installations during the entire period of job performance. 5.0. CLASS 1 OZONE DEPLETING CHEMICALS: 5.1. Contractor shall ensure that no Class I Ozone Depleting Chemicals (ODCs) are used in the performance of this contract. Furthermore, this contract does not require any delivery of such ODCs. 6.0. PERIOD OF PERFORMANCE: 6 Months After Contract Award 7.0. TECHNICAL POINTS OF CONTACT: 7.1. Mr Tom Flaherty, HQ AF/ILVQ, 703-604-4931 7.2. LtCol Jara Allen, HQ AF/ILVQ, 703-604-4932 . The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. Proposals will be evaluated on a lowest priced technically acceptable basis. The following clauses are incorporated by reference, and are applicable to this acquisition. 52.212-1; 52.212-3; 52.212-4; 252.212-7001; 52.212-5 DEV; 52.225-13; 52.233-1;52.223-11; 52.247-34; 52.247-28; 52.252-2; 52.232-33; 252.201-7000; 252.204-7004; 252.246-7000; 252.243-7001. Full text versions of the clauses may be viewed at: http://farsite.hill.af.mil. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror who?s offer conforming to the solicitation will be the most advantageous to the Government. The Contractor must be registered in the ?Central Contractor Registration (CCR) to be eligible for an award.The website is www.ccr.gov. The contractor can call 1-888-227-2423. Prospective offerors are asked to register for this solicitation at www.eps.gov. All prospective offerors should visit the the FedBizOpps system at www.eps.gov to frequently obtain any amendments or other information pertinent to the solicitation. The proposals due date and time is 9 SEP 2003 at 3:00 PM Eastern Standard Time (EST) to 11 CONS/LGCN, 110 Luke AVE, Ste 250, Attn: William Underwood, Bolling AFB, DC 20032-0305 by mail. An original and two copies of the cost and technical proposal and the Representations and Certifications (FAR 52.212-3) and (DFARS 252.212-7000) shall be provided. The NAICS code assigned to this procurement is 611710 and the size standard is 500 employees. The requirement is for USAF/ILVQ, Washington, DC, 20330-1690. Direct questions to the Contracting point of contact, William Underwood, at (202) 767-7932 or E-mail: William.underwood@bolling.af.mil. Fax proposals are acceptable, however, it is the responsibility of the offeror to verify receipt of proposal prior to the due date and time. The fax number is (202) 767-7814. E-mail proposals will not be accepted. All questions must be received within 48 hours of posting, to allow the Government time to provide a timely response.
 
Record
SN00415169-W 20030830/030828213639 (fbodaily.com)
 
Source
FedBizOpps.gov 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.