Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

67 -- Photographic Services

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-02-Q-3278
 
Response Due
9/12/2002
 
Archive Date
10/12/2002
 
Point of Contact
Point of Contact - Patricia A Nash Brown, Contract Specialist, 619-553-5726; Serjio Guzman, Contracting Officer, 619-553-4349
 
E-Mail Address
Contract Specialist
(brn@spawar.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13. NO RFQ will be prepared or made available. This is a Total Small Business Set-Aside, Numbered Note 1 applies. The Government intends to award service on a full and open competition basis. PHOTOGRAPHIC SERVICES - 1.0 INTRODUCTION -The Technical Information Division (code 2027) of the Space and Naval Warfare Systems Center, San Diego (SPAWARSYSCEN San Diego), provides full-spectrum photographic services in support of SPAWARSYSCEN San Diego?s mission areas. Code 2027 requires supporting photographic services for copy photography, photographic finishing, and digital processing. Work will be provided to the service provider both conventionally and digitally. 2.0 TECHNICAL REQUIREMENTS - 2.1 Copy Photography The service provider shall provide copy photography. The government will be responsible for obtaining any release or licenses necessary for reproducing material that does not qualify for reproduction under the Fair Use Clause. The service provider shall provide copy photographic products in formats that include, but are not limited to, black-and-white or color negatives; black-and-white or color transparencies; and black-and-white or color prints of photographs, original artwork, or printed materials. Copy types shall include, but are not limited to, the following: Continuous tone copies: Full-tone, full-scale copies, Line copies: Very-high-contrast copies of high-contrast originals, Combination copies: Continuous tone and line copies, Slides: Continuous tone, line, or combination in color or black-and-white. Includes, but not limited to, 35mm mounted or 8x10 mounted for overhead projection. 2.2 Photo Finishing Services -The service provider shall provide laboratory photo finishing services that include, but are not limited to, processing of photographic film, printing of photographic film, or reprinting of negatives. The service provider shall produce products from photographic film shot by SPAWARSYSCEN San Diego employees and contractors, government-exposed film, and government negatives submitted for reprinting. Negatives shall be returned to the SPAWARSYSCEN San Diego. The service provider shall provide photo finishing products in forms that include, but are not limited to, black-and-white or color negatives, black-and-white or color prints, and black-and-white or color transparencies. 2.2.1 Photographic Products - The service provider shall provide photographic products. Photographic products are finished products delivered to and accepted by SPAWARSYSCEN San Diego. They include, but are not limited to, black-and-white or color negatives, black-and-white or color prints, and/or black-and-white or color positive transparencies (35mm slides or 8-x10). 2.2.2 Print Sizes -The service provider shall provide the capability to provide black-and-white and color photographic prints in the following sizes: 4X6, 5X7, 8X10, 11X14, 16X20, 20X24, and 30X40. Other sizes, up to and including 40X96, may also be required. 2.2.3 Color Laboratory Services- The service provider shall process film (35mm, 120, 4x5) in E-6 or C-41 chemistry, shall produce internegatives, shall print RA-4 process (all sizes), and shall print duratrans transparencies to 8x10 inches. 2.2.4 Black-and-White Laboratory Services The service provider shall process black-and-white film. The service provider shall provide prints in sizes specified in paragraph 2.2.2. 2.2.5 Motion Picture, Still Photographic Processing - The service provider shall produce color and black-and-white prints, transparencies, and negatives from customer-provided 35mm, 16mm, and 70mm film. 2.2.6 35mm and 70mm Sequential Still Photography Processing - The service provider shall provide 35mm/70mm format still/sequential photographic processing. 2.3 Digital Processing - When required by SPAWARSYSCEN San Diego, the service provider shall provide photo CDs/prints of color and black-and-white images from film and digital images. 3.0 QUANTITIES -Over a 12-month period, the following numbers and sizes of photographic prints (originals/duplicates) are projected: Print Size ,Originals ,Duplicates - (in that order, (4X6, 9500, 0), (5X7, 25, 50), (8X10, 600, 800), (8.5X11, 10, 0), (11X14, 30, 20), (16X20, 40, 20), (20X24, 20, 0), (24X24, 20, 0), (30X40, 10, 0), (Slides,15, 0), (Transparencies, 25, 30) 4.0 TIME REQUIREMENTS - Of these requests, it is projected that 70% will require completion within 96 hours; 10% within 1 hour; and 20% within 24 hours. 5.0 QUALITY - The quality of work performed by the service provider shall reflect the highest professional standards of the photography profession. Evaluation of the service provider?s work will be based on factors such as the following: Laboratory processes to compensate for unavoidable deficiencies in camera work, Finished 35mm slides free of defects and true to color or color-corrected. Photographic products free of all defects obtained during printing and processing operation, Photographic products meet SPAWARSYSCEN San Diego time requirements, Adherence to professional procedures for operating photo facilities, including those recommended by manufacturers, Production of esthetic prints through selective alteration of intensity of portions of photograph, Production of esthetic prints by retouching, by blocking out objectionable features, removing unwanted shadows, and cropping 6.0 COPYRIGHT - All photographic products produced by the service provider for SPAWARSYSCEN San Diego are the sole property of the US government and shall not used by the service provider for any purpose. 7.0 PICK-UPS AND DELIVERY -On a weekly basis, the service provider shall pick-up work from and deliver work to SPAWARSYSCEN San Diego. The service provider and SPAWARSYSCEN San Diego shall determine this schedule after contract award. 8.0 LIMITED-DISTRIBUTION WORK - Much of the photographic work done under this contract will have a formal limited distribution statement, i.e., not approved for pubic release. Therefore, all work done under this contract must be done by a U.S-owned company and all personnel working on this contract or who have access to this work must be U.S citizens. No work processed under this contract shall be shall be distributed by the service provider to other than Code 2027 at SPAWARSYSCEN San Diego. While price is a significant factor, award will be made based on technically acceptable, responsive, responsible bids, and may be subject to the Navy?s Red, Yellow, Green (RYG) evaluation program. Evaluation criteria for the RYG program is available upon request. This synopsis incorporates provisions and clauses at FAR 52.213-4 Terms and Conditions - Simplified Acquisitions. It is the contractor?s responsibility to be familiar with all applicable clauses and provisions. The full text of the Federal Acquisition Regulation (FAR) may be accessed at: http://farsite.hill.af.mil/. Facsimile quotations may be sent to (619)553-1062 or via email to Contract Specialist, Patricia Nash Brown, patricia.nash-brown@navy.mil. Questions regarding this synopsis should be directed to the Contract Specialist via email. Quotations must received on or before COB on the closing date stated above. Numbered Note 22 applies, however, all offers received within 15 days (in lieu of 45 days) of the date of original synopsis will be considered by the Government. See Numbered Notes in any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) is 541922, the size standard is $ 6 million. Offerors must complete and submit with their quote, a copy of FAR 52.219-1 ALT I/II, Small Business Program Representation. Central Contractor Registrations (CCR) is required for all contractors. Information may be obtained at http://www.ccr.gov/. This solicitation is also posted at SPAWARSYSCEN San Diego's E-Commerence Central website at: http://e-commerce.spawar.navy.mil/
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(http://www.eps.gov/spg/USN/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-02-Q-3278/listing.html)
 
Record
SN00152844-F 20020830/020828221247 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.