SPECIAL NOTICE
99 -- Visual Communication Services - Synopsis HM047615C0013
- Notice Date
- 11/23/2020 12:26:10 PM
- Notice Type
- Special Notice
- NAICS
- 541430
— Graphic Design Services
- Contracting Office
- ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
- ZIP Code
- 22150-7500
- Response Due
- 12/2/2020 12:00:00 PM
- Archive Date
- 12/17/2020
- Point of Contact
- Janet Richards, Phone: 5715585845, Bradley R. Austin, Phone: 5715579854
- E-Mail Address
-
Janet.D.Richards@nga.mil, bradley.r.austin@nga.mil
(Janet.D.Richards@nga.mil, bradley.r.austin@nga.mil)
- Description
- 1,� Pursuant to Federal Acquisition Regulation (FAR) 6.302-1, the National Geospatial-Intelligence Agency (NGA) intends to issue a sole source modification to an existing Contract Number HM0476-15-C-0013 with Information Management Group, Inc. (IMG), 4050 Legato Road, Suite 200, Fairfax, VA, 22033, to continue providing Visual Communication Services for NGA�s Office of Corporate Communications (OCC), which provides visual identity and corporate messaging.� The current requirements provides services to NGA�s employees through the following media forms: Video Production Graphics Design Photography Copy Center Editing The current contract expires on December 16, 2020.� This action will extend the period of performance for the existing contract up to 6 months to June 15, 2021. 2.� The sole source modification to the existing contract will provide Video Communication Services at both NGA Campuses East and West, Arnold, MO.� The extension is needed to permit award of the follow-on contract.� Additionally, provision for transition will be included to facilitate a smooth transition to the follow-on contract. 3.� IMG is the only vendor who can provide the required level of support necessary to avoid operational impacts to the vast user community. IMG possesses the current skills, experience, and clearances to continue operations in various locations.� Their support personnel are currently in place with the appropriate skills and experience and make them the most risk averse and cost effective solution for this extension period. �Any change in Contractor prior to award of a follow-on contract would impact services in the locations mentioned above and introduce additional risk to our customer base and degrade their operational effectiveness. 4.� This notice of intent is being published in accordance with FAR 5.2 requiring the dissemination of information on proposed contract actions. The statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. There is a reasonable basis to conclude that the highly specialized supplies or services are available from only one responsible source and no other supplies or services will satisfy agency requirements. Further, award of this requirement to a different source would result in an unacceptable delay in fulfilling the agency�s requirements. 5.� This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capability in response to the requirement. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. 6.� The Government will issue a Justification and Approval (J&A) to support the need for a sole source award. �The J&A will be posted to GPE website http://www.beta.SAM.gov 14 days after award of the modification.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/705a2b23442d4f239ab38054c4a0ce1e/view)
- Record
- SN05858911-F 20201125/201123230150 (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 |