Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
MODIFICATION

A -- Video/DVD Production

Notice Date
9/9/2004
 
Notice Type
Modification
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-T-0161
 
Response Due
9/14/2004
 
Archive Date
11/10/2004
 
Point of Contact
Helen Williams,937-257-6146 x4211
 
E-Mail Address
Email your questions to Helen.Williams@wpafb.af.mil
(Helen.Williams@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8601-04-T-0161 UPDATE, 8 SEP 04, QUESTIONS AND ANSWERS The following questions and answers are in regard to FA8601-04-T-0161 1. Q. In SOW Section 2.0 Production Delivery Details, do all these things need to be provided with the proposal or will this follow after award of contract? (For example, the shooting locations, seven suitable actors, three voice talents). A. None of the things listed in Section 2.0 of the SOW should be submitted with the proposal. 2. Q. What are the travel possibilities? A. Travel should be quite limited and may not be necessary at all. 3. Regarding audio sound bites: Q. Are they meant to be audio versions of ?stock footage,? where contractor needs to find specific voice actualities from historic speeches? If so, does Gov?t have approximate dates when these comments were made? Were they recorded, or did they only appear in print? The following quotes (Page 11 and 14) were not attributed to anyone in the script we reviewed: ?Every American is an enemy to us? (Osama Bin Laden?); ?War with the United States is inevitable. We cannot avoid it.? Is that said by a foreign leader? If so, who, and as with the other quotes, do we need to find a voice actuality of it If not, are these clips to be read by a narrator, or perhaps by an actor or narrator with a foreign accent (or several different actors)? A. The last option is probably the best. Finding actual sound bites might be very tough and is not required by the Statement of Work. However, the Gov?t does not want to dictate how the contractor to handle this issue. 4. Q. Willl the source of these quotations be identified in some way, such as text on the screen? A. They could be added in text but this isn?t required by the Statement of Work. This is up to the contractor. 5. Q. One sound bite appears to be an oath of office by a president. Do you want an actual news sound bite? If so, which president? A. This sound bite is the same as anyone who gives the oath to protect the country, i.e., military oath. 6. Q. What is the anticipated shelf life of this project? A. Approximately 2 to 3 years max. 7. Q. What is the intended distribution or audience for this project? Who is the intended audience? A. 18 to 24 year olds and slightly above?students, recent grads, ROTC, USAF Academy Cadets, general public 8. Q. Can we use appropriate mixes of production library music, or do we need to commission an original music score? A. Production music is fine; however, the Gov?t does not want to dictate how the contractor handles this issue. 9. Q. How long are the ?Special Features? segments for which the contractor is responsible? (A. Interviews/commentaries by actors, and B. Behind-the- scenes location shoot and editing) A. The contractor would shoot the actors while on the set. NASIC will edit the videos here and provide several pieces for inclusion on the DVD. 10. Q. For behind the scenes shots of the production portions, can we use a handheld mini-DV camera? Should we use Digital Betacam for the more formal interviews, or do you prefer the more informal, behind-the scenes approach that the mini DV brings? A. DV would be fine; however, that is up to the contractor to decide. 11. Q. The jet pilot attack scene (pages 22-24) is to be a stock shot of a fighter jet cockpit, with actors voicing the dialogue between the pilot and the ACC. In other words, no effort will be made to shoot a specific video scene for this? A. Correct, stock footage will be used. 12. Q. The NASIC-in-action shots on page 18 are to be stock footage. Does the military have relevant footage for this type on file that the contractor could access? A. NASIC will provide the in-house footage for page 18. 13. Q. What is the specific purpose of this production? A. To show college students, cadets and the general public the nature of threats to our country and the critical role that NASIC plays in identifying, understanding and deterring those threats. *************************************************************************** FA8601-04-T-0161 UPDATE, 2 SEP 04, QUESTIONS AND ANSWERS The following questions and answers are in regard to FA8601-04-T-0161. 1. Q. In paragraph 2.5 of the Statement of Work (SOW), concerning stock video footage, are there some pages missing from the list? Is contractor to provide stock video footage? A. Clarification of paragraph 2.5: The pages listed in paragraph 2.5 of the SOW (pages 3, 4, 5, 6, 7, 8, 9, 10, 12, 18, 19, 21, 22, 23, and 24) are those for which the contractor must acquire stock video footage. Contractor must acquire the location for use when filming scene on page 15. NASIC has stock footage available for contractor use for pages 11, 13, 14, and 20. 2. Q. Are SECRET security clearances required? A. No, it it unlikely that contractors would need access to the National Air and Space Intelligence Center (NASIC) during the production of this video. A SECRET clearance is not required to submit a quote or to be awarded a contract for this project. Paragraph 5.3 of the SOW will be revised to reflect this change and a revision will be posted to this web site. 3. Q. Is all taping to take place at Wright-Patterson AFB? A. Not necessarily. Per SOW paragraph 2.1, the contractor is to recommend at least three locations. 4. Q. How should price quotation be broken down ? itemized or a lump sum? A. Price quotation should be a lump sum that covers all services/materials associated with this project. 5. Q. In paragraph 2.10 of the SOW, it describes a DVD review disk. Is contractor to produce this also? A. Yes, contractor is to produce the DVD review disk. NASIC will produce and edit the interview/commentaries of the script writers,committee members, and NASIC employees and provide this to the contractor for inclusion in the DVD. 6. Q. Para 2.8 of the SOW concerning animation, are NASIC shield and USAF logo to be animated in 2D or 3D? A. Animation should be 3D. 7. Q. Para 2.10 of the SOW, the requirement for an active web link requires a DVD-ROM master which limits your playback universe. Does NASIC want a DVD or DVD-ROM? A. NASIC wants a DVD. 8. Q. Para 2.11, Replication and Packaging: What are the packaging requirements? A. Packaging should be mailable by the USPS, but attractive and easy to take hundreds to various locations (schools, trade shows, etc.). Also, in para 3.0 of the SOW, it states that DVD replication disks should be in 4 color packaging. 9. Q. With the delivery date 12 weeks after the award of the contract, do you have a projection as to when you will be awarding the contract? A. It is our intent to award a contract mid-late Sep 04. 10. Q. Para 1.1.6 of the SOW, meetings are to be held between NASIC rep and the PM. Can these meetings be held via phone or do they have to be face-to- face? A. Meetings can be held via phone. 11. Q. Para 2.3, Are costumes for talent provided by the Air Force? A. No, all costumes will be contractor-provided. 12. Q. Para 2.15, the first two clauses seem to be in conflict in regard to production footage. Clarification requested. A. A copy of masters and related production footage and narration will be held by the contractor and originals given to NASIC (see SOW para 3.0, Deliverables). 13. Q. What is the mailing address for the video or DVD that is to be provided as part of the Quote Package? A. 88 CONS/PKSB (Helen Williams), 1940 Allbrook Drive, Room 109, Wright- Patterson AFB OH 45433. NOTE: If your question does not appear here, it will be forthcoming. Please check this website often. Thank you. ************************************************************************** FA8601-04-T-0161, SYNOPSITATION FOR VIDEO/DVD PRODUCTION This is a combined synopsis/solicitation for a commercial item to be procured for the National Air and Space Intelligence Center (NASIC), Wright-Patterson AFB, Ohio, 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-04-T-0161 is issued as a Request for Quotation (RFQ), CLOSING DATE AND TIME ARE 10 SEP 04 AT 4:00 PM EST. No hard copies will be sent. THIS PROPOSED ACQUISITION IS A 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The associated Standard Industrial Classification (SIC) code is 7812, and the North American Industry Classification System (NAICS) code is 512110. The small business size standard is $25 Million. A complete description of services/deliverables is in Statement of Work, August 2004 (attached). Storyboards and script are also attached. Required project completion date is 12 weeks after receipt of order. Resultant contract will have the following structure: CLIN 0001 (Unit of Issue is 1 Lot): Production and oversight of a video/DVD that will highlight the role that the National Air and Space Intelligence Center (NASIC) plays in national security, including deliverables listed in paragraph 3.0 of the attached Statement of Work. Contractor will provide all personnel and services necessary to perform the tasks/products specified in attached Statement of Work, dated August 2004. Solicitation provision at FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004) is hereby incorporated by reference. Award will be based upon best value to the government considering cost and other factors, see FAR 52.212-2 ? Evaluation ? Commercial Items (Jan 1999). The following factors shall be used to evaluate offers: (1) price, (2) past performance, with past performance being more important than price. THE FOLLOWING WILL BE INCLUDED IN ALL QUOTE PACKAGES: PRICE QUOTATION; A COMPLETED COPY OF PROVISION 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION COMMERCIAL ITEMS (MAY 2004) (ATTACHED); A VCR TAPE OR DVD THAT WILL SHOW THE QUALITY OF YOUR WORK AND DEMONSTRATE YOUR CAPABILITY TO MEET THE GOVERNMENT?S REQUIREMENTS FOR THIS PROJECT. THIS TAPE/DVD SHOULD BE NO LONGER THAN 15 MINUTES IN LENGTH. THE GOVERNMENT WILL REVIEW THE TAPES/DVDS TO JUDGE PAST PERFORMANCE AND THIS MAY BE USED IN DETERMINING WHO WILL BE AWARDED ANY RESULTANT CONTRACT. In addition to FAR 52.212-1 and 52.212-3, the following provisions are included in this synopsitation: FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.252-1, Solicitation Provisions Incorporated by Reference; Fill-In: http://farsite.hill.af.mil FAR 52.252-5, Authorized Deviations in Provisions; Fill-In: Defense Federal Acquisition Regulation, Chapter 2 The following clauses will be included in any resultant contract either by reference or in full text: FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Vets; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance, Work on a Government Installation; FAR 52.232-33, Payment by Electronic Funds Transfer-CCR; FAR 52.233-3, Protest After Award; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegitation; FAR 52.252-2, Clauses Incorporated by Reference. Fill In: http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviations in Clauses. Fill In: Defense Federal Acquisition Regulation, Chapter 2; DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFAR 5352.223-9001, Health and Safety on Government Installations; AFFAR 5352.242-9000, Contractor Access to AF Installations; Fill-In: E-Check Certification. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax 1-703-696-0213. The website for CCR is http://www.ccr2000.com. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. CLOSING DATE AND TIME FOR SUBMITTAL OF COMPLETE QUOTE PACKAGES IS 10 SEP 04 AT 4:00 PM EST. All attachments listed in this announcement can be accessed at www.pixs.wpafb.af.mil For information concerning this solicitation, contact Helen Williams at (937) 257-6146 ext 4211 or e-mail Helen.Williams@wpafb.af.mil. For more information on 04T0161--Video/DVD Production please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0161/04T0161.asp
 
Web Link
04T0161-Video/DVD Production
(http://www.pixs.wpafb.af.mil/pixslibr/04T0161/04T0161.asp)
 
Record
SN00668803-W 20040911/040909212120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.