Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2023 SAM #7864
SPECIAL NOTICE

B -- EMC CADD Audiobooks FY23

Notice Date
6/7/2023 12:39:18 PM
 
Notice Type
Special Notice
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
PANMCC23P0000014038
 
Response Due
6/22/2023 9:00:00 PM
 
Archive Date
07/08/2023
 
Point of Contact
Jared Maunz, Phone: 7575018143, Terri A. Reed, Phone: 757-501-8331
 
E-Mail Address
jared.b.maunz.civ@army.mil, terri.a.reed.civ@army.mil
(jared.b.maunz.civ@army.mil, terri.a.reed.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Mission Installation and Contracting Command (MICC) - Fort Eustis is conducting market research to identify parties that are interested in, and have the resources to provide Audiobook Production of Army Doctrinal Publications to support the Enterprise Multimedia Center at Fort Eustis, Virginia. This requirement requires personnel to use scripts provided by the Government. The contractor shall narrate, record, and deliver finished audiobooks, totaling no more than One (1) Million words. Each Final audiobook/potential revision shall be delivered in MP3 format; each digital chapter shall be its own MP3 file. The contractor will perform quality control and ensure that the narration matches the script. The Government will review draft recordings for quality control purposes and the Contractor shall make revisions where necessary. Substitutions of like-size (word count) publications shall be authorized at the discretion of the client. The Project will be implemented using the North American Industry Classification System (NAICS) Code 512110 - Motion Picture and Video Production. The applicable classification code is B599 - Special Studies/Analysis - Other. This notice shall not be construed as a Request for Quote or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This Sources Sought Notice is issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the United States Government. The US Government will use this market research information to assess the market's capability to successfully meet the United States Government's requirements. Based on the responses to this Sources Sought Notice, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this sources sought notice in conjunction with the Performance Work Statement (PWS) and the information requested below in the section titled ""Demonstrated Capability"". Submission Instructions:�Interested parties are requested to submit a capabilities statement in Times New Roman font of no less than 10 point font. The deadline for response to this request is no later than 12 am, EST, June 23, 2023.�All responses under this request must be e-mailed to: Mr. Jared B. Maunz, contract specialist, at jared.b.maunz.civ@army.mil and Ms. Terri Reed, contracting officer, at�terri.a.reed.civ@army.mil. A. Company Profile to include: 1. Company name and address; 2. Affiliate information; parent company, joint venture partners, and potential teaming partners; 3. Two points of contact (names, titles, phone numbers and email addresses); 4. Unique Entity ID number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 5. Small Business designation/status (must correlate with SAM registration). The applicable NAICS code for this requirement is 512110 with a Small Business Size Standard of $40,000,000. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. B. Demonstrated Capability:�Your response shall demonstrate your capability and experience to perform the requirements in the PWS. Please be sure to include your company's price per word of audio narration when it comes to producing audiobooks with a total word count not to exceed one million (1,000,000) words from published Army Doctrine Publications (ADP), Field Manuals (FM) and Army Techniques Publications (ATP) under contract number TBD. No Phone calls will be accepted. All questions must be submitted to the contracting individuals identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5246e2ba11944a05bcccce02b83e6e9d/view)
 
Place of Performance
Address: Fort Eustis, VA 23604, USA
Zip Code: 23604
Country: USA
 
Record
SN06706920-F 20230609/230607230110 (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 |
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.