Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

T -- Produce Interactive Web-based Tour of Lincoln Memorial

Notice Date
5/4/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3000090042
 
Response Due
5/8/2009 11:59:00 PM
 
Archive Date
5/4/2010
 
Point of Contact
Linda Hook Contract Specialist 2026196367 linda_k_hook@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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 WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3000090042 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 541430 with a small business size of $7.0 million of annual average gross revenues of the total concern for the last 3 fiscal years. This procurement is a small business set-aside.However, if this office does not receive any acceptable quotes from qualified small business concerns, the set-aside will roll over to be open for all sized businesses. Both Small and Large business concerns are encouraged to offer a quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This procurement is a commercial item. The estimated magnitude of this procurement is between $50,000 to $100,000.The work of this project shall consist of providing all labor, supplies, materials for the following: Interactive Web-based Tour and Interpretive Presentation of the Lincoln Memorial Statement of WorkOverview: Produce an interactive web based tour and interpretive presentation of the Lincoln Memorial to be viewed by the general public. The product will be fully accessible with a personal computer and the short video presentations to be playable on MP3 players.The tour will start at the bottom of the Lincoln plaza at the Hawaii/Alaska plaque. The viewer will be able to move up the steps into the chamber and move to both the north and south ends of the chamber. The viewer will also be able to walk around the exterior of the memorial and into the exhibit area. Within some of the views, the user will see a park ranger. If the user clicks on the image of the park ranger, a pop-up window appears and shows an approximately 3 minute video of that ranger delivering an interpretive talk. This short movie will have background music and still images edited in to help illustrate the interpretive subject. The user will also be able to click hot spots for a closer still photo of several features of the memorial including the statue and the two murals.The interpretive videos will also be viewable on MP3 players as "pod casts." The interactive tour will not be viewable on MP3 players.Purpose:Enable visitors to the park to enjoy a more extensive experience by making our ranger talks more available to a much larger audience via our pod casts. Enable people who are not able to visit the park to experience the Lincoln Memorial.Allow greater access to our interpretive services for the hearing impaired.Highlight the value of National Park Service Interpretive Rangers.Audience:This product will be made available to the general public free of charge via the internet, hosted on National Park Service servers. We wish to reach as wide an audience as this media generally allows. Thus, the full interactive tour experience may only be supported by personal computers, but the short videos will be utilized as pod casts for a variety of MP3 players. For the hearing impaired, text of the video scripts will be able to be viewed as an option but appearance of script text will not be the default experience. Full interactive tour and associated videos to be hosted on NPS servers in a format widely supported and useable by the general public (Flash, Quicktime, Microsoft media player, etc.- may be provided in more than one format with end user able to click the version best for their computer) with a home computer.Video shorts with sound to be in a format readily useable by end users with display capable MP3 players.Sound from video shorts to be in a format readily useable by MP3 players without video display.Videos will have the option of text appearing as with "closed captioning." Product Components:Interactive spherical 360 degree tour with NPS arrowheads as clickable icons for moving from view to view (place to place) and zoom. 18 locations Ten videos presentations approximately 3 minutes long of a ranger talking, incorporating cuts to other images (historical photographs, close-ups of items, short movie clips, etc) and background music provided by contractor. Scripts, "talent," and historical photos will be provided by National Park Service. These must be of a quality and format able to be shown on a jumbotron. National Park service will have final approval on content.Full screen close-ups of Lincoln statue (6), second inaugural speech, Gettysburg address, emancipation mural, reunification mural, quote above Lincoln statue, plus several of museum quotes (exact number to be determined by how many quotes fit in a single shot.Movie currently shown in museum converted to digital for inclusion as a clickable video - not one of the 10Three hotspot designs - one will be the image of the ranger; one will be the NPS arrowhead; the third to be determined - possibly an eye or camera.Function Design:Each of the spherical panoramas will move automatically with the movement of the cursor.NPS ranger will be standing in some scenes. Ranger image will act as hotspot, triggering a pop-up window such that if the viewer is not interested in the video, they will automatically be back in the tour at the point from which they left (having never actually left).NPS arrowhead hotspots will move the viewer to the next spherical panorama.The third type of hotspot (possibly an eye or camera) will bring up a detailed still photo, or small gallery of several stills as appropriate to subject.Viewer will be able to zoom in on still photos for a more detailed view. The zoom will be at least sufficient to allow the viewer the ability to read the text of stills which contain text (Gettysburg Address, Second Inaugural Address, Exhibit quotes and inscription above statue)The two speeches and the two murals may require stitching several photos. The zoom capability would then need to be able to navigate within the still image such that the viewer will be able to: Image gallery and videos separately accessible and downloadable to i-pod (MP3)Movies will have option of printed text appearing for the hearing impaired but will not appear as the default. Button to activate this option will not be located in the image; if possible, preferably it will be located on a tool bar.Proposed ScheduleShoot 10 ranger talks 4 daysEdit 10 ranger talks 12 daysShoot 18 spherical panoramas 4 daysShoot approximately 12 stills 1 dayConstruct web microsite/ virtual tour/ deliverables 5 daysReview/ Approval 5 daysNote: Some of these activities can run concurrently - Total Project Time: 17 - 21 daysGovernment Provides:Access to the Lincoln Memorial - possibly very early morning, but will not be able to exclude the general public. Brief crowd control will be possible.We have a bucket lift for photographing the murals and close-ups of Lincoln statueHistorical photographsScripts and performers (rangers) Contractor Provides:All camera work lighting and sound equipmentMake-up, if needed (minimal)Musical backgroundsEditing (with NPS input and final approval)Conversion to format supported by NPS website and MP3 playersQuality of video files appropriate for display on jumbotron - MAY REQUIRE SHOOT IN HDDeliverablesMicro site web interactive tour with links for 10 short movies and still gallerySame 10 short movies as independently downloadable visual pod castsStill gallery of photographs - all must be able to be zoomed in on by end user; 4 are of murals or texts which must be clearly seen in detail and readable by end user, this may require more than one shot of each stitched for a flat panorama shot and able to be panned and zoomed by end user. May be delivered as downloadable file appropriate to be hosted on NPS serversAlso to be delivered on CDs for archival purposesCompletion of Work Due Date: NOTE: Contractor has access to the Lincoln Memorial until May 25. Entire project must be complete, approved, installed and running by 28 May 2009Ownership:All rights to be held exclusively by the National Park Service. There are four line items as follows: A. Graphic Design Price $___________B. Software and Web Programming Application Price $___________C.Photograph 360 degrees virtual tour Price $________________________D.Still Image Production $________________________E.Stitching, Composition and Assembly Price $_____________________________F.Video Production Price $_____________________G.Audio Crew Price $_____________________________H.Editing Video Price $__________________________I.Website Music and Graphics Price $_________________Define any other costs associated with the project.Total Project Amount: Price _______________________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer; viii.) The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated; ix.) The contractor shall warrant all parts and labor for a period of two (2) years from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: Please state delivery time on quote, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-1 Buy American Act-Supplies, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment and FAR 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. Department of Labor Wage Determination No. 2005-2103, Revision 7, dated March 16, 2009. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered and a plan of how work is going to be accomplished (2) Three References and Contact Names and Telephone Numbers for three similar projects within the last 3 years that include virtual 360-degree tours with links of video and text, inside of a web environment. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification and plan of how work will be accomplished are being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must also include the prices A through I. Offeror may add line items for what the Offeror requires to accomplish the work. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 10:00 am EST May 8, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: LINDA HOOK, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6367. TO BE ELGIBLE FOR AWARD, CONTRACTOR MUST BE REGISTERED ON WWW.CCR.GOV WEBSITE.-All responsible sources may submit a quote which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=689dfb9a361638561ce3ffd61cc0c4d6&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC<br />
Zip Code: 20242<br />
 
Record
SN01807774-W 20090506/090504215416-75278f2408821f8d3966d86763a61db3 (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.