Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOLICITATION NOTICE

R -- Professionally produced video interviewing service members who have been victims of sexual assault

Notice Date
8/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813311 — Human Rights Organizations
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018916TZ349
 
Response Due
8/15/2016
 
Archive Date
8/16/2016
 
Point of Contact
Karen Morris 215-697-9612
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-16-T-Z349. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160802. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 813311 and the Small Business Standard is $27.5M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP FLC Norfolk Philadelphia Office intends to solicit to The Voices and Faces Project, on a sole source basis. This action will result in a firm fixed-price (FFP) purchase order. STATEMENT OF WORK 1.0 BACKGROUND The Navy seeks to develop a professionally produced video interviewing service members who have been victims of sexual assault. This video will be a training tool for litigators and investigators illustrating the military justice system from the vantage point of victims who have been through the process. 2.0 SCOPE OF WORK The video will be 10 to 15 minutes in length and include substantive interviews of up to three (3) survivors of sexual assault who have gone through the military justice process. Prior to filming the video, the contractor will disseminate a questionnaire to survivors identified by the JAGC in order to gather pertinent information from potential personnel willing to be interviewed for the video. The contractor is responsible for the substantive development and delivery of the video. The contractors fee will include the cost of travel, lodging, per diem and all production related expenses for contractor personnel. This will involve travel to a single location (Washington, DC, Chicago, or another location mutually agreed to by CONTRACTOR and JAGC) where survivors willing to participate will be convened. All logistics for contractor travel arrangements will be handled by the contractor in accordance with The Joint Travel Regulations. 3.0 TASKS The contractor responsibilities include the following: 1.Video Purpose and Goals a.Work with the JAGCs Project Team to develop goals and objectives for the video, including a creative brief b.Link video objectives with organization goals 2.Plan Development a.Create a high-level pitch for final project b.Disseminate questionnaire to gather pertinent information from potential personnel willing to be interviewed for the video c.Create plan including the approximate number of victims needed for filming, the locations, and the number of days on-site 3.Filming a.Provide project management and all technical expertise during filming b.Develop filming schedule to ensure effective and efficient use of contractor and client time 4.Two revisions and final cut a.One JAGC revision to first rough cut, with minor changes to second rough cut b.JAGC will have an opportunity to approve music tonality prior to finish c.JAGC will be asked to approve graphic style in advance of finish The contractor will produce and provide the following deliverables to Navy JAG by assigned datesDue Date Creative Brief (report of video purpose and goals)30 days after award Video Plan120 days after award Filming210 days after award Two revisions240 days after award Final cut270 days after award 4.0 DELIVERABLES (see more detailed timeline below) 5.0 PLACE OF PERFORMANCE The substantive video development work performed under this proposal will be accomplished on-site in the city (TBD) where filming will be conducted. Pre-production planning and post-production activities will be performed at contractor s location. Contractor will travel to DC for two meetings with Navy personnel. Subsequent meetings and project planning activities shall be performed remotely via telecom whenever possible. 6.0 PERIOD OF PERFORMANCE The projected start (PS) date shall be within 10 days after award. The period of performance is twelve (12) months after award. 7.0 TRAVEL The cost of any travel for the contractor or other personnel hired by contractor to perform any tasks associated with this project shall be included in the contractors total price and be paid for by the contractor. Accordingly, there will be no additional fees for contractor travel. 8.0 SECURITY The contractor shall comply with DoD administrative, physical and technical security controls to ensure all of the Governments security requirements are met. 9.0 PAYMENT SCHEDULE A progress payment schedule will be used to recognize the work that has been done at various benchmarks toward completion of the total effort. This will ensure that the contractor has sufficient financing to complete the work. As required by the Prompt Pay Act of 1982, payments shall be made within 30 days of receipt of proper invoice and acceptance of work. Timeline DateActivityResponsible Party August 16, 2016Sign ContractNavy/CONTRACTOR September 1, 2016 (start date)Hold conference call with Navy personnel to discuss goals and objectives Deliver Creative Brief (by September 30)CONTRACTOR/Navy CONTRACTOR Benchmark #1:Delivery and approval of Creative Brief$ to equal of award amount October 2016Meeting with Navy staff in DC Navy provides to CONTRACTOR list of 3 to 5 Navy Survivors to be interviewed (including contact information)CONTRACTOR/Navy November 2016Contact Survivors, disseminate surveyCONTRACTOR* Note: CONTRACTOR will distribute and collect Survivor surveys in order to avoid triggering possession related to privacy and FOIA laws. December 2016Review responses, prepare video planCONTRACTOR January 2017Meeting with Navy staff in DC, present broad video outline/filming plan to the Navy, plan for filming (i.e. Navy personnel to be interviewed, logistics)CONTRACTOR/Navy Benchmark #2Delivery/approval of filming plan$ to equal of award amount February - March 2017Schedule Survivors and production team for filming in DC, coordinate with Navy staff: Planning, coordination and logistical activities, flight arrangementsCONTRACTOR with Production team April 2017 (5 five consecutive week days) Photo Shoot - on location filming in Washington, DC- Anne (Creative Director)/ Producer/Videographer/ other production staff CONTRACTOR/ Production Team/ Navy (TBD) Benchmark #3Completion of filming$ to equal of award amount May June 2017Creative review of footage; video goes into production, editingCONTRACTOR/ Production team July 2017CONTRACTOR delivers first cut video to Navy/Navy provides comments to CONTRACTORCONTRACTOR/Navy August 2017CONTRACTOR delivers revised video (final cut) to Navy (second revision optional) Deliver final footage to NavyCONTRACTOR/ Production Team CONTRACTOR August 30, 2017Contract ends Benchmark #4Deliver final footage to Navy$ to equal of award amount The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (July 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.212-1Instructions to Offerors 52.212-3 Alt I Offeror Reps and Certs 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (April 2015) 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.239-1 Privacy or Security Safeguards 52.245-1 Government Property All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 5:00PM EST on August 15, 2016. Contact Karen Morris, who can be reached at 215-697-9612 or email karen.morris@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916TZ349/listing.html)
 
Record
SN04216283-W 20160811/160809235951-0ce1eaac8a7ac5794b381c49ec6ce890 (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.