SOLICITATION NOTICE
U -- Terrorism Prevention Video Production
- Notice Date
- 6/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-10-Q-0090
- Archive Date
- 7/6/2010
- Point of Contact
- Richard Taylor, Phone: 3014477271
- E-Mail Address
-
richard.taylor@dhs.gov
(richard.taylor@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Quote (RFQ) for commercial items prepared in accordance with FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The RFQ number is HSFEEM-10-Q-0090. Quotes are due not later than 4:00 P.M. Eastern Time on 21 June 2010. Provisions and clauses in effect through Federal Acquisition Circular 2005-41 are incorporated. NAICS 512110, with a Size Standard of $29.5 Million for reporting actions purposes. This acquisition is Full and Open Competition. A) EVALUATION FACTORS FOR AWARD: FEMA intends to award one Firm Fixed Price Purchase Order based on Low Priced Technically Acceptable (LPTA). Evaluation of price will be based on the offeror's aggregate price for all supplies as required in Section B. Factor 1 - Technically Acceptable means offeror provides video development as detailed in Section B (SOW). All shall be quoted; incomplete quotes may not be considered. At least one example of video production work previously completed by the offeror shall be made available for viewing the quality level being offered. This example can be sent via email along with offer or available on a website for viewing. Professional commercial media quality is required. Factor 2 - Price, inclusive of shipping costs to Washington, DC, will be evaluated in accordance with standard commercial practices. Vendor shall submit their catalog price along with quote. F.O.B. Destination is preferred. B) Award will be made on the basis of the lowest evaluated price of the quote meeting or exceeding the non-cost factor. Past performance is not an evaluation factor for this acquisition. The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, CAGE, and TIN. Submit email quotes (using PDF, MS Word or Excel attachments) to Richard Taylor at richard.taylor@dhs.gov not later than 4:00 P.M. Eastern Time on 21 June 2010. This acquisition incorporates FAR 52.212-1, 52.212-2, & 52.212-3. Any resultant contract awards will incorporate 52.212-4 & 52.212-5. Article about the existing video: http://www.colorado.gov/cs/Satellite/GovRitter/GOVR/1251566957823 The video original production: http://thecell.org/wp/8-signs-of-terrorism-video/ DEPARTMENT OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT AGENCY PREVENTION AND NATIONAL PREPAREDNESS STATEMENT OF WORK Introduction The establishment of a network of fusion centers to facilitate effective nationwide information sharing is a top priority that requires close collaboration among local, state, and federal partners. To facilitate effective communications and outreach efforts by State and major urban area fusion centers, DHS is supporting the development and delivery of professional-quality prevention related communications and outreach materials to states in a customizable video format. •1. Purpose. The purpose of this statement of work is to define the requirements associated with the development and delivery of a customizable terrorism prevention related video. •2. Work Requirements. •A. Support the development and delivery of a customizable national scope prevention video to include, but not limited to: • i. Designate one individual associated with the project to function as the project manager and primary POC. • ii. Develop and maintain a project plan and delivery schedule in Word format available to DHS upon request. •1. Participate in bi-weekly status meetings via conference call to identify and discuss project plan, delivery schedule, project status and associated deliverables. • iii. Script and produce a 6-10 minute video designed to educate and inform viewers about terrorist indicators and warnings and how and to whom to report them •1. Coordinate and execute material research and transcript development, writing, and editing •2. Identify, coordinate, and provide narrator source(s) and soundtrack •3. Deliver up to 2 draft transcripts and associated footage generic enough to be customizable for all fusion centers prior to filming for DHS and Nationwide SARs Initiative Program Management Office (NSI-PMO) review and approval •4. Deliver 1 final transcript generic enough to be customizable for all fusion centers prior to filming for DHS and NSI-PMO review and approval •5. Work in conjunction with DHS and NSI-PMO to ensure transcript consistency with SAR-ISE Functional Standard and previously released 8 Signs of Terrorism videos. •6. Utilize appropriate existing stock footage and music rights wherever possible, to include existing A/P archive files. •7. Coordinate and acquire all required permits to film and establish POCs to facilitate filming in up to 3 locations. •8. Plan, direct, and coordinate all production and post-production including filming in up to three locations •9. Deliver a draft video format prior to formal production with a concluding section that is customizable to include the requesting fusion center's name, logo, and phone number for DHS and NSI-PMO review and approval. •10. Deliver a final customizable video to DHS and NSI-PMO review and approval prior to post production reproduction. The customizable portion serves as a place-holder for each of the 72 locations to be able place in their specific logos and contact data. • iv. Provide travel for all associated facility, staff and participants for the purposes of transcript research, review, and approval and filming of video footage in up to 3 identified cities within government travel per diem rates • v. Coordinate with DHS Privacy Office, DHS Office of Civil Rights and Civil Liberties, and DHS Public and External Affairs, as necessary • vi. Provide any required props, costumes, and actors/extras and coordinate any associated required release forms. • vii. Procure rental equipment to include, but not limited to the following items: •1. Lighting •2. Cameras •3. Teleprompters •4. Recreational vehicles or trailers •5. Costumes •6. Props • viii. Return all materials, including final raw files, data, transcripts, audio visual files, and equipment to DHS upon end of contract period of performance. • ix. Provide subject matter and technical expertise and support during the customization of up to 72 customized videos, as available •B. Support the development of any additional customizable communication materials or updates to include, but not limited to: • i. Briefing materials • ii. Brochures • iii. Factsheets • iv. Frequently Asked Questions (FAQs) •C. Provide final prevention video and associated marketing materials to the government by November 1, 2010. •3. Other Provisions •a. Nothing in the resultant contract is intended to conflict with current Federal law or regulation or the directives of DHS. If a term of this agreement is inconsistent with such authority, then that term shall be invalid, but the remaining terms and conditions of this agreement shall remain in full force and effect. •4. Modification. This contract may be modified upon the mutual, written consent of the parties. Question and Answers: •A. Timeline: The RFQ stipulates the deliverables are due on Nov 1. This does not include the production of the collateral material that was in the RFQ. We look forward to also providing that collateral material but would need to extend the timeline and price quote and thought the best way to provide you with a response would be to add a second track in the proposal, would this be fine? Answer: This would be an acceptable approach •B. 3. A. iii. 1. Deliver up to 2 draft transcripts and associated footage generic enough to be customizable for all fusion centers prior to filming for DHS and Nationwide SARs Initiative Program Management Office (NSI-PMO) review and approval We will provide drafts of the video for approval to be reviewed by FEMA, along with the 2 draft transcripts, we are just clarifying that this is the expectations. Answer: The expectation is that at least 1 draft transcript would be provided to FEMA for review prior to any filming or production. After the transcript is approved (an additional updated draft may be required prior to filming depending on the edits made to the first draft), then a draft of the video footage would be provided to FEMA for approval prior to final production. Draft footage is the general "Storyboard" in motion; music and voice-over could be changed or enhanced later. •C. 3.A. Iii. 6 Utilize appropriate existing stock footage and music rights wherever possible, to include existing A/P archive files. •A. Is this referring to existing stock footage and music rights FEMA owns? Answer: No, the intent is to utilize as much existing relevant footage from Vendor's archives as to minimize costs. •D. 3.A. Iii. 7. Coordinate and acquire all required permits to film and establish POCs to facilitate filming in up to 3 locations. •A. For the video The CELL did for Colorado, DHS was able to secure all of the permits for location shoots, which drastically cut the time and cost associated with producing the video. Would there be a FEMA point of contact that would help facilitate this on a national level for purposes of production with this video? Without a FEMA representative to help facilitate, we would not have the political influence to help us mitigate some significant time and costs that could add a significant amount to budget and time. Answer: We would be happy to help facilitate relationships with DHS & FEMA External and Public Affairs to help coordinate these pieces with the successful offeror. •E. 3.A. Iii. 10. Vi. Provide any required props, costumes, and actors/extras and coordinate any associated required release forms. •A. DHS Colorado was able to procure specific law enforcement uniforms, explosives etc as well as providing actors/extras to help mitigate the cost and time of the production. Answer: FEMA would be happy to facilitate relationships with State and local law enforcement entities to assist with obtaining the necessary costumes and props for the successful offeror. •F. 3.A. Iii 9. Deliver a draft video format prior to formal production with a concluding section that is customizable to include the requesting fusion center's name, logo, and phone number for DHS and NSI-PMO review and approval. •A. Answer: Draft video for final approval prior to production discussed above •G. Delivery Specs: •A. We just want to clarify delivery specs (DVD, HDTV, Standard Def, Web Masters, etc.). And discussion of duplications. We need to discuss "raw files, data, transcripts etc.). Answer: No duplications would be necessary, only customizations. The expectation is that all materials necessary for reproducing and customizing the video would be turned over to FEMA at the end of the period of performance. •H. Under A.iii.3 " Deliver up to 2 draft transcripts and associated footage generic enough to be customizable for all fusion centers prior to filming", what is meant by associated footage? Answer: The footage referenced in the RFQ often is referring to the footage The CELL produced as this was appeared to be a sole source. However, as there is competition available, associated footage can be footage contained in the vendor's archives or work that has been done as examples of what will be the finished work. The footage is expected as part of the deliverables (post award of action) not as the proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-10-Q-0090/listing.html)
- Place of Performance
- Address: 800 K St. NW, Washington, District of Columbia, 20742, United States
- Zip Code: 20742
- Zip Code: 20742
- Record
- SN02174579-W 20100612/100610235512-536e951a7fbe283668e8bbbefe82b0e3 (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 |