Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOLICITATION NOTICE

69 -- N/A

Notice Date
7/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-06-Q-PKB154
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure services to provide instructional DVDs for the Coast Guard?s Team Coordination Course. This notice is a combined synopsis/solicitation for a commercial service in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a (n) Small Business Set-Aside basis. SCOPE: Statement of Work for the Team Coordination Training DVDs is as follows: Scope of Work: The contractor will provide services for the Chief, Office of Safety and Environmental Health. The service shall be to provide instructional DVDs for the Coast Guard?s Team Coordination Course, as described below. Deliverable Product: The contractor shall: 1. Provide the Coast Guard with 300 DVDs consisting of 21 Scenarios of various Coast Guard mishaps. Scenarios shall not exceed 5 minutes in length. Each of the scenarios shall be titled and provided with a voice over. 2. Shoot all scenarios in the Digital Betacam (Digibeta) format. 3. Script the scenarios provided by the CG. All scripts must be approved by the CG prior to filming. 4. Film the scenarios at various CG stations. Scenarios must be filmed as per script and as accurately as possible. Safety of personnel is addressed during filming. 5. Edit all DVDs to ensure accuracy and quality control. 6. Provide a shoot schedule based on locations selected by the CG. Contractor will assume all costs of travel for their employees and equipment. 7. Provide voice over for introduction part of video or any other parts. 8. (1) Original DVDs with a menu taking the user to three sections of 7 scenarios. 9. Affix labels to the 300 DVDs with a list of its content. Government shall provide the following: 1. 21 scenarios of various Coast Guard mishaps. 2. List of selected shoot sites agreed upon by the contractor. 3. Arrange for the availability of CG assets to shoot the scenarios. 4. Provide a subject matter expert at each shooting location. 5. Arrange security clearances for shooting personnel. 6. Authority to authorize re-shoots. 7. Review and approve all scripts. 8. CG personnel to act in the scenarios will be auditioned and approved by the contractor. 9. Personal Protection Equipment to all personnel involved in the shooting as required. 10. Script for introduction portion of video. 11. Copy of course material including the seven leadership skills. General Conditions: The Contractor shall have experience filming boats and vessels underway from land, from other vessels, and from various airframes (aerial videography). Contractor will also have experience shooting underwater. Contractor must have experience developing scripts from mishap data. Contractor must have a thorough understanding of Coast Guard safety policies and procedures. Contractor will not at any time endanger the safety of any personnel during the shooting. Contractor shall wear proper PPE at all times. Contractor shall conform to all rules and regulations at the facility they are filming. No filming will be conducted without a CG representative on-site. Filming must not interfere with the operational commitments of the unit. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 11:00 AM, EST, July 21, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in Statement of Work and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. Providing copies of finished products are encouraged. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price, ?broken out by labor hours, labor category, materials, and other direct costs?. Offerors must submit an original and two copies of the proposal to Sonja Aiken, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to saiken@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2006), 52.212-4 (Oct 2003), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jan 2006). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax (202-372-4905) or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, July 14, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Place of Performance
Address: WASHINGTON, DC
Zip Code: 20593
Country: UNITED STATES
 
Record
SN01086297-W 20060713/060711220351 (fbodaily.com)
 
Source
FedBizOpps 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.