Video Production and Video Streaming Services
(i) 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 ... (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX19Q0063. This acquisition is issued as a request for proposal. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-0001 effective 22 Jan 2019. (iv) This acquisition is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The associated NAICS code is 512110. The small business size standard is $32.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN: 0001 - Time - Labor for Video Production and Video Streaming Services as described in the Performance Work statement (PWS) with a three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Time Materials Type Contract (T&M) CLIN: 0002 - Materials - Materials for Video Production and Video Streaming Services as described in the PWS with a three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Time Materials Type Contract (T&M) CLIN: 0003 - Travel - Travel required for Video Production and Video Streaming Services as described in the PWS with a three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Time Materials Type Contract (T&M) CLIN: 0004 - Contract Manpower Reporting -CONTRACTOR MANPOWER REPORTING ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA) See Local Clause Attachment. Three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Firm Fixed Price (FFP) Type Contract. CLIN: 0005- Data - The Contractor shall provide data deliverables as specified in each Task Order/Delivery Order in accordance with the DD Form 1423 in section J of the contract. Three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Firm Fixed Price (FFP) Type of Contact (vi) Description of requirements: See the attached Basic PWS. (vii) Delivery is required for a three (3) year ordering period upon contract award of the base effort. Delivery shall be determined via each individual task order. Acceptance shall be performed at the place of delivery determined in each task order. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: See attached ACC-APG Adelphi Local Clauses Full Text document for full proposal instructions. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance will be evaluated on an acceptable/ non-acceptable rating, and only those offerors who receive an "acceptable" rating will be determined to have met the past performance acceptability standard. The offeror is required to submit complete and accurate information as requested. 1. Technical Acceptability The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation and sample task(s), as well as the prior experience requirement. The performance characteristics and specifications that must be met are stated in this solicitation document and the Performance Work Statement (PWS) document, which is provided as an attachment to this solicitation. The prior experience requirement for this solicitation is having completed work substantially the same as the services required under the attached PWS under a minimum of two (2) contracts each valued over $100,000.00. The prior experience requirement applies to the company itself only. The Government is not responsible for locating or securing any information which is not included in the proposal. To ensure sufficient information is available, offerors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, sample videos or other information) necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement listed in this solicitation and attached PWS. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The Technical element of the evaluation shall be based solely on information furnished by the offeror. 2. Past Performance Past Performance will be evaluated on an acceptable/unacceptable rating basis. An "Acceptable" rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An "Unacceptable" rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government may obtain. Offerors shall submit a minimum of three (3) sample videos that demonstrates offeror's past performance. Each video shall be under three (3) minutes in length and clearly demonstrate video capabilities as outlined in the PWS and Sample Tasks provided. In addition, the offeror shall submit a minimum of three (3) past performance records from work performed within the last three (3) years related to experience with video production development and streaming support services with an emphasis in Science and Technology environments, in relevancy to the scope, size and duration of requirements identified in the PWS. Only offerors rated "Acceptable" will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated "Acceptable". 3. Price (include in all instances): Price will be evaluated based on the total proposed price of the the sample task(s). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 GRATUITIES (APR 1984); 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006); 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995); 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013); 52.204-15 SERVICE CONTRACT REPORTING REQUIREMENTS FOR INDEFINITE-DELIVERY CONTRACTS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013); 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011); 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014); 52.219-13, NOTICE OF SET-SIDE OF ORDERS (NOV 2011) 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011); 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUL 2014); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUL 2014); 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010); 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015); 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (AUG 2013); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015); 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015); 252.222-7007 REPRESENTATION REGARDING COMBATING TAFFICKING IN PERSONS (JAN 2015); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUNE 2013); 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014); 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS. (FEB 2014) 252.227-7020 RIGHTS IN SPECIAL WORKS (JUN 1995) 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA. (SEP 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-2 SECURITY REQUIREMENTS (AUG 1996); 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POST CONSUMER FIBER CONTENT PAPER (MAY 2011); 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013); 52.216-18 ORDERING. (OCT 1995); 52.216-19 ORDER LIMITATIONS. (OCT 1995); 52.216-22 INDEFINITE QUANTITY. (OCT 1995); 52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS--COMMERCIAL ITEM ACQUISITION (FEB 2007); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS; 52.244-2 SUBCONTRACTS (OCT 2010); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991); 252.204-7000 DISCLOSURE OF INFORMATION; 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013); 252.232-7003; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 252.242-7006 ACCOUNTING SYSTEM ADMINISTRATION (FEB 2012); 252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERMNET-FURNISHED PROPERTY (APR 2012); 252.245-7002 REPORTING LOSS OF GOVERNMENT PROPERTY (APR 2012); 252.245-7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION (APR 2012); 252.245-7004 REPORTING, REUTILIZATION, AND DISPOSAL (MAR 2015); 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008); ACC - APG POINT OF CONTACT; CONTRACTING OFFICER REP; TYPE OF CONTRACT; AUTH OFFICE TO ISSUE ORDERS CONTRACTOR MANPOWER REPORTING NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A DISTRIBUTION STATEMENT C GOV INSPECTION AND ACCEPTANCE; DELIVERY OF DATA ITEMS TAX EXEMPTION CERT. (ARL); PAYMENT INSTRUCTIONS REQUIRING ACCESS TO COMPUTER T&M or LH COST DETAILS INVOICING SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV'T-CONTRACTOR RELATIONSHIPS USE OF GOV'T FACILITIES CPARS CLARIFICATION OF 52.244-2 RECEIVING ROOM - APG; ADELPHI CONTR. DIVISION URL; DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL DEBRIEF OF UNSUCCESSFUL OFFERS PROPOSAL PREP. (TASK ORDERS) FOREIGN NATIONALS PERFORMING PAYMENT TERMS DD FORM 1423 CMRA CLIN INSTRUCTIONS INSTRUCTIONS TO OFFERORS PROPOSAL PREP (TASK ORDERS) PAST PERFORMANCE INFORMATION (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 28 May 2019, by 11:59 Mountain Standard Time (MST), at via email to nicole.g.hernandez2.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Nicole Hernandez, (575)678-4979, nicole.g.hernandez2.civ@mail.mil Solicitation Attachments: A02 - Basic PWS A03 - DD 1423 B01 - Adelphi List of Local Clauses and Provisions B01 - Sample Tasks
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »