Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
MODIFICATION

T -- A76 Streamlined Cost Comparison Study Office of Public Affairs Photographic Services

Notice Date
3/14/2007
 
Notice Type
Modification
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
20230
 
Solicitation Number
SA13017RP0007
 
Response Due
3/19/2007
 
Archive Date
4/3/2007
 
Point of Contact
Wendy Clare, Contracting Specialist, Phone 202-482-5338, Fax 202-482-4988, - Michael Knowles, Contracting Officer, Phone 202-482-6437, Fax 202-501-8122,
 
E-Mail Address
wclare@doc.gov, mknowles@doc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
ANSWERS TO QUESTIONS RECEIVED BEFORE MARCH 5, 2007 AT 10:00 A.M., IN ACCORDANCE WITH THE SOLICITATION REQUIREMENT. 1. Will printing costs for photographs be billed separately beyond the Firm Fixed Price? ANSWER: NO 2. Will the cost of the prints that are delivered to agencies other than the OPA be billed directly to those agencies or through the OPA? ANSWER: All costs associated with the contract will be priced under the CLINS. 3. If the Firm Fixed Price does include printing costs can you give us any idea of the print output both size and quantity (estimated) or taken from previous years contract. ANSWER: There are no previous contracts. All applicable standard sizes and any volume based discounts should be included based on the Performance Work Statement in Amendment One Attachment B and the Workload Data in Amendment One Attachment C. 4. Re: RFP/Evaluation Method/Factor 1 states, ?Performance Requirements Summary for a phase-in and phase-out plan.? Does the government require a PRS only for phase-in and phase-out plan, or for the whole performance period, including phase-in and phase-out? ANSWER: The Performance Requirements Summary will be required for a Phase-In, Phase-Out, and for the performance period of the contract. 5. Re: RFP/Evaluation Method/Factor 1 says, ?The Government will utilize the Performance Requirements Summary to incorporate a Quality Assurance Surveillance Plan after award.? Does this mean that no Quality Assurance Surveillance Plan is required as part of the service provider bid? ANSWER: No Quality Surveillance Assurance Plan is required as part of the service provider bid. 6. Re: RFP/Provisions/Factor 1/Technical approach states, ?Technical approach shall not exceed two pages shall not exceed two pages each.? We understand this to mean that each of the following requirements has a separate two-page limit: the Cost Reduction Plan, Transition Management Plan, and Performance Requirements Summary plan. Is this correct? ANSWER: Yes, this is correct. 7. Re: Attachment A/Response to Questions, question 2b. The government answered that the provider is not required to travel. However, to calculate workload on preparation performed for travel, providers need an estimate of number of trips they will be required to provide advance market research for. ANSWER: The number of times that would be contracted out for a photographer would average at the most once per month, probably less. Currently, OPA press staff takes photos when the Secretary travels. For international trips, photographers are obtained through the embassy. 8. Re: Attachment B/General Requirements, bullet 3: ?Provide photography-related services such as providing reprints and enlargements, editing/color correcting services, and creating master photo CDs.? Could the government provide workload data so that providers can have a basis on which to calculate costs for retouching, reprints, enlargements, etc.? ANSWER: Workload Data has been provided on Amendment One Attachment C of the Solicitation. This is a performance based fixed price contract. 9. Alternatively, it may be more appropriate to consider additional CLINS for a la carte (reimbursable) pricing off a rate sheet for these services? ANSWER: Workload Data has been provided on Amendment One Attachment C of the Solicitation. This is a performance based fixed price contract. 10. This question refers to two requirements. Re: Attachment B/Performance Requirements, bullet 3 states that DOC photographs for the website ?must be electronically sent to the webmaster within two hours of assignment completion.? Bullet 4 then states that ?Digital photos and CDs with photos for the website shall be provided to the customer within two business hours of completion of the assignment.? ANSWER: Corrected PWS Performance Requirements Bullet Number 3 is changed to read as follows: ?Photographs for the Department of Commerce website sent to the webmaster and or customer within two business hours of the completion of the assignment. OPA will work with photographic services on which photos shall be posted to the website.? Delete PWS Performance Requirements Bullet Number 4 ?Digital photos and CDs with photos for the website shall be sent to the customer within two business hours of completion of the assignment.? 11. According to professional standards of photography, editing, red eye correction, color correction, cropping, and general cleanup of photographs is necessary before the digital photos are saved in low-resolution format to a CD to be delivered to the customer for posting to a website, or the further selection of images to be printed. Therefore, if the government expects these standard professional practices from these deliverables, a two-hour window from the time an assignment is completed to delivery of the CD with photographs is not realistic. (Even more so in cases when an assignment is off-site and produces hundreds of photographs, or there are several assignments in one day). Would the government be willing to change the requirement to a 1-2 business day turnaround? ANSWER: We specify that photos other than those for the website (proofs, enlargements, portraits, CDs) shall be provided within 3-5 business days after the completion of the assignment. 12. CONCERN: Alternately, is the government willing to accept un-edited and un-retouched photographs that do not adhere to professional standards? Note that for the latter option, the web-master and each customer would need to acquire the appropriate software and hardware to be able to properly view high-resolution photographs, since there would not be time to create low-resolution photographs. ANSWER: NO. 13. Also, will the above requirements include images from outside entities, i.e. photographs taken by outside photographers during the Secretary?s international travels? ANSWER: Currently, photos for international travel are contracted out through the embassy or Foreign Commercial Service. The Service Provider will not be responsible for this. 14. Re: Attachment B/Constraints, bullet 9 defines market research and provides instructions as to locating a professional photographer. Could the government clarify or define which General Requirement or Performance Requirement that this Constraint refers to? ANSWER: This refers to the Performance Work Statement General Requirements Bullet Number 7. 15. Re: Attachment B/GFP, the government lists ?Camera, still picture? as one of the pieces of furnished property. Does this refer to one camera or multiple cameras? Does it refer to still (film) cameras of various formats and/or digital cameras and lenses, flash equipment and other accessories? ANSWER: Please refer to the ANSWER to Question Number 20. 16. Re: Attachment B/GFP, does the government intend to furnish studio lights and accessories? ANSWER: The Government intends to provide the use of an onsite studio with lights and accessories for official use only. Please refer to the Performance Work Statement General Requirements Bullet Number 9 and Constraints Bullet Number 8. 17. Does the government MEO has access to the information regarding the grade levels of authorized billets of the operation being studied? ANSWER: One GS 14, One GS 13, One GS 07, and One GS 12. a) If so, doesn?t publishing this information ?level the playing field? between the MEO and commercial contractors? This would be the first A-76 study in which we have participated wherein this information was not provided. In the past, this data was deemed important to bidders when the Government personnel have the right of first refusal. We therefore request this data. ANSWER: Provided under question 17. 18. Will a site visit be made available, so that commercial bidders can evaluate the working environment & equipment condition already known to the MEO? ANSWER: YES. A site will be available for one viewing purposes only. NO QUESTIONS WILL BE ENTERTAINED. Please contact Mr. David Carter, by calling 202-482-1966, for access to the site for Thursday, March 15, 2007, 12:00 p.m. to 4:00 p.m. EST. Please contact Ms. Wendy Clare, by calling 202-482-5338, for access and appointment to the site for Friday, March 16, 2007, 8:00 a.m. to 4:00 p.m. EST., and Monday, March 19, 2007, 8:00 a.m. to 10:00 a.m. The onsite address is located at The Department of Commerce, 1401 Commerce Avenue, NW, Washington, DC 20230. 19. The descriptions of the GFE provided in Attachment B is so minimal that is impossible to evaluate the need and extent to which a bidder must supplement or replace it. a) What is the make and model of each item listed? b) How many of each item are available? c) How many still cameras are available and are they film or digital? d) What accessories are available for each camera? e) Studio Lighting Equipment: Are units available and if so, how many? ANSWER: The answer to a, b, c, d, and e are included in the updated and corrected GFP listing as follows: 1- Audio-Visual Photography Enlarger BESELER 45MX1, 1 -Camera, Still Picture, Polaroid Corporation MP-4; 1- Meter, Exposure Deardonff 8X10; 1-Optical Reader, Data, Desktop Eastman Kodak Company RFS2035; 1-Optical Reader, Data, Desktop UMAX Powerlo; 1-Printer, Laser Hewlett-Packard Development Company C3150A; 1-Audio-Visual Enlarger Darkroom Saunders 4550; 1-Audio Visual Enlarger Darkroom Saunders 4550; 1-Microcomputer, Desktop, Tower, Mini Tower Dell, Inc Optiplex GX400; 1-Microcomputer, Desktop, Tower, Mini Tower Apple Computer, Inc EMC1896; 1-Optical Reader, Data, Desktop Eastman Kodak Company RFS3570; 1-Printer Inkjet Color Epson Stylus Color 3000; 1-Laptop Computer Apple Computer, Inc; 1-Copier, Office Electrostatic Proc. Canon U.S.A., Inc NP-7130; 1-Microcomputer, Desktop, Tower, Mini Tower Dell Inc Optiplex GX400; 1-Optical Reader, Data, Desktop Nikon Inc 400ED; 1-Microcomputer, Desktop, Tower, Mini Tower Dell Inc Precision 370; 1-Facsimile Terminal Canon U.S.A., Inc Laser Class 510; 1-Optical Reader, Data, Desktop UMAX UTA; 1-Microcomputer, Desktop, Tower, Mini Tower Dell, Inc Precision 370; One Large Format Portrait Camera; One Copy Camera; Six small format SLR film Cameras; One medium format film Camera; Six small format Digital SLR Cameras; Three sets of wide angle, medium telephoto and telephoto zoom lenses (9); Six Dedicated speed lights. 20. Does the Government provide any supplies, or is the contractor required to provide all of it? ANSWER: No. In accordance with the Performance Work Statement General Requirements, The service provider shall: Bullet Number 1 reads, ?Provide all personnel, facilities, materials, supplies, equipment and services required for the performance of work in this PWS, which are not provided by the Government.? a) If it is the contractor?s responsibility please provide the usage of all items, as this is information already available to the MEO; again to level the playing field. ANSWER: Please refer to the Workload Data that was provided in Amendment One Attachment C of this solicitation. 21. Re: Attachment A, Question A, 7th bullet. If such a situation arises, wherein a Photographer is required in a distant location, will the Gov?t fund it as an Amendment to this Contract? ANSWER: An additional CLIN may be considered for additional services to be negotiated and priced after award. 22. If not, are such costs to be included in our bid, and if so, how many such instances are projected, with the estimated length of each. ANSWER: See answer to question 16 23. What particular size standard applies? ANSWER: Standard Business size standard of 6.5 million. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SA13017RP0007/listing.html)
 
Place of Performance
Address: Department of Commerce 1401 Constitution Ave, NW, Washington, DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01251445-F 20070316/070314224119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.