Public Affairs Videos
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. This requirement hereby issued as a Request for Quote (RFQ) number W912K319Q6005. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA, 6 May 2019 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190215. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 512110 with annual revenue not to exceed $32.5 million. This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the best value to the Government in accordance with the evaluation arrangement set forth in this RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, technical acceptability and past performance of all items are the evaluation criteria. *Please provide any relevant past performance information on work with other government agencies. This is a best value decision. Technical capability and past performance, when combined, will be approximately equal to price. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: Contractor will create and provide five (5) animated videos, between 75-90 seconds in length. See incorporated Statement of Work for all details. CLIN 0001: Videos 1 Job Total Price $___________________ CLIN 0002: CMRA Reporting Requirement 1 Job Total Price $___________________ Statement of Work: Video Production Services 1. INTRODUCTION: The 194th Wing located on Camp Murray, WA requires the services necessary to create video content (mp4 files) that will be posted on multiple Wing sponsored websites / social media outlets to educate the public and educate service members about the mission of the 194th Wing and its component Groups. 2. PURPOSE: The 194th Wing Public Affairs office exists to share information and stories about the Wing's mission and people through multiple media. This includes sharing information and stories about the Wing's component Groups: the 194th Mission Support Group, the 194th Medical Group, the 194th Air Support Operations Group, 252nd Cyberspace Operations Group and the 194th Wing. While the Wing has generated a variety of print, photographic and video products for the public, it has not created animated videos highlighting the Wing's mission and the missions of each of its Groups. Animated video content is easily digestible by a large range of audiences and often boast a longer shelf life. It is expensive for both software and training to bring current, relevant video production expertise in-house. Professional quality video production and animation would be exceedingly difficult to achieve due to a lack of current experience. The public website, DVIDS, and Wing sponsored social media outlets are often the most efficient way to distribute information. Video Content is the most efficient and engaging available media platform available for wide scale use. 3. DELIVERABLES: Five (5) animated productions no longer than 90 seconds each, with a minimum run time of 75 seconds each. Each video will have a different focus and an outline of the expectation and purpose, to be provided by the customer. The required Period of Performance is no more than twenty-four (24) weeks from date of award. 4. DATA RIGHTS: The Government has unlimited rights to all approved/finalized videos. All deliverables, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor to any other party without written permission from the 194th Wing Contracting office. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 5. SPECIFICATIONS: 5.1 Each video to be delivered to 50 Sergeant Major Dr. Camp Murray, WA 98430 in the form of USB removable media, 5 separate full-HD resolution videos with web-standard h.264 compression in a .mp4 format. 5.2 Each video will also be available for download by using Google Drive, 5 separate full-HD resolution videos with web-standard h.264 compression in an .mp4 format. The finished products run time requirements are as follows; Five (5) animated productions no longer than 90 seconds each, with a minimum run time of 75 seconds each. 5.3 The required Period of Performance is no more than twenty-four (24) weeks from date of award. 5.4 This contract requires weekly updates on video progress for the entire twenty-four (24) weeks of production. Weekly updates will be accomplished via telephone, to ensure quality control, adherence to an agreed upon outline and that all requirements are being met in accordance to the twenty-four (24) week timeline. Weekly updates will also be used to discuss and decide on creative details. Weekly updates will be accomplished during a Tuesday-Friday 0700-1700 PST (Pacific Standard Time) work week. Updates will include rough drafts of video projects and will be centered on revisions and decisions to accomplish a satisfactory product. 5.5 Each video will include professional narration and capable of toggling closed captioning on and off. Narration samples will be provided until a Narrator is agreed on by both contractor and a 194th Wing PA professional. 5.6 This contract requires the incorporation of provided various 194th Wing graphics and logos, which will be provided upon contract award, in JPEG and PNG formats. 5.7 The contractor will write the script and storyboard for each video. These will be submitted for approval as a deliverable to the 194th Wing COR (name to be provided upon award). The government is only responsible for approved work, the contractor proceeds at their own risk without prior government approval. 5.8 All videos produced must be of similar style and quality as provided previous works. Similarity of quality and style will be deliberated and determined as satisfactory before contract is paid in full. 5.9 The Government intends to award a Firm Fixed Price Contract based on the best value considering technical capability, past performance, and price; please include samples of past works, preferably works for government or military agencies, no more than two (2) videos may be submitted per bid. 5.10 The contractor shall maintain an adequate work force at all times for the uninterrupted performance of all tasks defined within this Statement of Work when the Government facility/installation is not closed for the above reasons. The stability and continuity of the work force are essential. 6. IT SECURITY REQUIREMENTS: 6.1 The contractor will not access, store, process or transmit any government privileged information. The contractor will not have access to any non-public government information, systems and/or networks. 6.2 The contractor must ensure all 194th Wing information and contractor solution resides within the United States. 6.3 All electronic provided information by the contractor must undergo malicious software scanning using a commercial anti-virus and anti-spyware software to ensure the information is free of known malicious software. 6.4 The contractor agrees, in the performance of this contract, to keep the information furnished by the Government and designated by the Contracting Officer or Contracting Officer's Technical Representative in the strictest confidence. The contractor also agree not to publish or otherwise divulge such information in whole or part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The contractor agrees to immediately notify the Contracting Officer in writing in the event that the contractor determines or has reason to suspect a breach of this requirement. Upon request of the Contracting Officer, the contractor must securely remove all copies of the files developed for this acquisition. 7. CONTRACT MANPOWER REPORTING (CRMA) REQUIREMENT: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2019. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil Performance Requirements SOW para. Performance Standard Method of Surveillance Videos are in required format and required length Para 3, 5.2, 5.5 100% Verified by COR upon delivery of each video Period of performance does not exceed 24 weeks, and vendor is making timely progress toward specified completion date. Para. 5.3 100% Verified by COR through partial deliveries and weekly progress meetings END OF STATEMENT OF WORK Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time, 20 June 2019. Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. Contact Information: Quotes shall be e-mailed to the attention of P.O.C.s listed below. Rob Burke: Robert.j.burke2.mil@mail.mil Matt Berube: matthew.j.berube2.mil@mail.mil Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Provisions and Clauses: Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. P = Provisions C = Clauses * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C-FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, technical acceptability and past performance of all items are the evaluation criteria. *Please provide any relevant past performance information on work with other government agencies. This is a best value decision. Technical capability and past performance, when combined, will be approximately equal to price. This office will consider any late quotes or any late revisions of quotes as non-responsive. Technical and past performance, when combined, are approximately equal to price. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply P-FAR 52.217-5, Evaluation of Options C-FAR 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity C-FAR 52.222-41, Service Contract Labor Standards - See Wage Rates located after this Provisions and Clauses section. C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 130601/2/3 - Media Specialist Varies based on location (End of Clause) C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-51, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements P-FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services - Certification C-FAR 52.222-53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information P-FAR 52.223-1, Bio-based Product Certification C-FAR 52.223-2, Affirmative Procurement of Bio-Based Products Under Service and Construction Contracts P-FAR 52.223-4, Recovered Material Certification C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil C*-FAR 52.252-6, Authorized Deviations in Clauses C-DFARS 252.201-7000, Contracting Officer's Representative C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C* - DFARS 252.211-7003, Item Unique Identification and Valuation C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities C-FAR 52.201-10, Reporting Executive Compensation and First-Tier Subcontract Awards P* - DFARS 252.225-7035 Alternate I, Buy American-Free Trade Agreements-Balance of Payments Program Certificate C-DFARS 252.225-7036 Alternate I, Buy American-Free Trade Agreements-Balance of Payments Program Certificate C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment C-FAR 52.203-3, Gratuities C-FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government - Alternate 1 C-FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper P-FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data C-FAR 52.219-8, Utilization of Small Business Concerns C-FAR 52.219-14, Limitations on Subcontracting C*-FAR 52.222-35, Equal Opportunity for Veterans C-FAR 52.222-37, Employment Reports on Veterans C-FAR 52.222-40, Notification of Employee Rights Under the National Labor Relation Act C-FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment C-FAR 52.222-54, Employment Eligibility Verification C-FAR 52.228-5, Insurance - Work on a Government Installation P - DFARS 252.215-7007, Notice of Intent to Resolicit P - DFARS 252.215-7008, Only one Offer C - DFARS 252.225-7012, Preference for Certain Domestic Commodities P* DFARS 252.225-7020, Trade Agreements Certificate C - DFARS 252.225-7021, Trade Agreements P - DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism C - DFARS 252.243-7002, Request for Equitable Adjustment P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea C - DFARS 252.247-7023, Transportation of Supplies by Sea
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »