Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

T -- USAF Survivor Assistance Video Production

Notice Date
7/11/2007
 
Notice Type
Modification
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-BOLLINGAFB11JUL2007
 
Response Due
7/16/2007
 
Archive Date
7/31/2007
 
Point of Contact
Charlotte Rose, Contract Specialist, Phone 202-767-8089, Fax 202-767-7897, - Charlotte Rose, Contract Specialist, Phone 202-767-8089, Fax 202-767-7897,
 
E-Mail Address
Charlotte.Rose@Bolling.af.mil, Charlotte.Rose@Bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACTOR QUESTIONS AND ANSWERS; POSTED 11 JULY 2007 -- #1. Q: ?Responsibility of the Contractor" requirement of "3 programs of this style in the past 5 years for the US Military". If qualified, yet do not have this requirement, does that constitute disqualification? A: The company will be rated on a pass/fail based on experience and past performance. --------- #2. Q: Confirm that e-mail submissions are acceptable, including signature of authorized person to bind the company. A: E-mail submissions are acceptable --------- #3. Q: How many final DVDs will need to be provided to the Air Force? A: We will need 6 master DVDs. We will have the DVDs reproduced at the DoD DVD reproduction office in Tobyhanna, PA, unless a contractor can do it for a lower cost. --------- #4. Q: There are between 4 and 6 interviews to be done for the video according to the synopsis. Are the interviews of Air Force Commanders, FLO's and family members in the Washington DC area, or is there travel involved outside the DC area? A: The 4-6 interviews are of each category (i.e. 16-24 total interviews) and will be done in the Washington DC area. There may be a couple of off-site interviews, if the people cannot make it here. We will provide transportation to the off-site areas if needed. ---------- #5. Q: Can we see a copy of the 2 noted videos "Before Their Time" and "The Preventable Losses"? A: We have videos available for pick up at 110 Luke Ave Suite 200 Bolling AFB, Washington DC 20032. If unable to pick up locally, contractor shall make arrangements to have a copy sent. All questions must be submitted no later than 12 July 2007. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued and is a 100% Small Business Set-Aside. The North American Industry Classification System code (NAICS) is 512110, with a size standard of $27.0 million. CONTRACT LINE ITEM: 0001: NON-PERSONAL SERVICES for AIR FORCE SURVIVOR ASSISTANCE PROGRAM TRAINING VIDEO SERVICES for USAF. DESCRIPTION OF NON-PERSONAL SERVICES: The contractor shall edit and produce videos in accordance with the Description of Services in this announcement. Videos are to be approximately 15-18 minutes and are to be used in training Air Force family liaison officers and commanders on the treatment of wounded, ill, and injured Air Force members. DESCRIPTION OF SERVICES 1.0. SCOPE 1.1. Contractor shall serve as the overall production manager and producer of two 15-20-minute videos to be used for training purposes for the Air Force Survivor Assistance Program. Commanders and the Family Liaison Officer (FLO) are a critical piece of the program. These videotapes will serve as a realistic training tool for Commanders experiencing an airman injury within their unit and for FLOs assigned to assist those families. The videos produced will be based on real life situations dealt with by family members, injured members commanders and FLOs. It will also be used to raise awareness of the Survivor Assistance program at all levels. 1.2. The Government (HQ USAF/A1SS) shall serve as the final authority for determining if the final product meets the needs of the Air Force Survivor Assistance Program. 2.0. RESPONSIBILITIES OF THE CONTRACTOR: 2.1. Contractor shall provide credentials that include experience producing documentary interview style best practices training programs. Contractor should have a minimum experience level of the production of 3 programs of this style in the past 5 years for the US Military. Additionally, prior experience with the Air Force Survivor Assistance Program and its various components or equal civilian agencies would be of great benefit to the Government. Contractor shall submit the required credential documentation as part of the quote package. Quotes received without required documentation will be considered non-responsive and therefore, may not be eligible for award consideration. Instructions for quote and credential submission will be stated in the Request for Quotes Package. 2.2. Contractor shall have prior experience in producing training videos to include studio editing and script writing. 2.4. Contractor shall produce two videos, which educate lay people and specifically Family Liaison Officers, Commanders, and senior Enlisted Personnel on the dynamics of the recovery process for an injured service member. The program shall be produced by the Contractor interfacing through the Air Force Survivor Assistance Program with the Air Force video studio at the Pentagon where videotaping and online editing will be completed. The first video segment will capture the process from time of injury, through hospital treatment, including outpatient care. The second segment will cover the period of time after hospital treatment is over and the member either returns to their unit, is medically discharged from active duty, or chooses another career path other than remaining in active duty with the Air Force. 2.5 The video shall contain: a. Experiences of FLOs in assisting with injured Air Force personnel and their interaction with commanders, unit members and families. b. Experiences of families in dealing with the recovery of injured AF members fatalities and their interaction with commanders, unit members. c. Experiences of the wounded or injured member relating to the actual experience of being wounded or injured, the recovery process, and the level of assistance provided by the Air Force and Family Liaison Officer. d. Assisting family members in the long term to deal with their injured loved one. e. Teaching the audience on what to and what not to say to family members and documenting the needs of the families. f. Show how FLOs needs to be sensitive to all needs of the family and the wounded airman and describe the typical and unusual assistance families may need. g. Emphasize that the FLO does not become the expert in the various areas they represent, rather that they are the conduit to the experts ensuring that the airman family members receive the best help available from the subject matter professionals. h. Experiences of families after treatment and subsequent career/life paths taken by the members. Specific topics must include the difficulties of adjusting to life after severe wounds/injury, what support is most beneficial to wounded and severely injured members, and what roadblocks impaired the member?s ability to continue on with a career and become a accepted member of society and/or the Air Force. 2.6. Contractor shall interview a minimum of four and a maximum of six in each of the following groups: Air Force commanders, FLOs, injured airmen and family members both in pre-interview over the telephone and in front of the camera. The Contractor shall prepare questions related to the subject and the Government shall review those questions for applicability and may provide additional questions. This information will be incorporated into the video to ensure FLOs understand the critical role they play. 2.7. Contractor shall script write the content of the entire videos from the interviews into a training video of sufficient length to provide a desired training tool to the Air Force. Typical length of videos of this nature is between 15 and 20 minutes each. The Contractor shall also prepare an instructors guide for use with the video. Instructors guide will fit the pocket of standard sized VHS case or sized to be contained in a DVD jewel case. The instructors guide layout will be similar in layout to that provided in the AF Survivor Assistance "Before Their Time" and "The Preventable Losses" videos. The government will approve artwork for the guide and layout. Contractor produces the art for the disc label, the package label and the Facilitator guide line print piece that is shipped inside the DVD package. 2.8. Contractor will provide receipts for all travel related expenses, i.e., airport parking, hotel bills, airline ticket receipt, POV travel to and from airport, for reimbursement. 3.0. RESPONSIBILITIES OF THE GOVERNMENT 3.1. The Government shall provide the video studio, cameras and operator personnel, sets and video recording gear to record the interviews in the AF studio facility in the Pentagon or other suitable facility. The Government also to provide online edit suite and a video editor to complete the online edit. The Contractor will provide a Director, interviewer, transcriber, scriptwriter (who shall oversee the online edit) and offline edit of the program. Contractor to provide voice over narrator for continuity. Office space, when in Washington, shall be furnished the contractor as needed, to include a telephone, computer with word processing, e-mail, and printer. Studio room and office space may be within the confines of the Pentagon, Washington, DC; at Air Force Services Agency in San Antonio, or other suitable Government facility. 3.2. The Government shall bear all project related phone calls, transportation and a daily per diem expense of the Contractor for not more than 9 days to complete the on camera interviews and then for not more than and additional 10 days to complete the editing and production process. Travel and per diem will be at normal government contract and locality rates. Receipts must be presented for phone, travel and lodging expenses. These expenses are not in the contract and will be completed with invitational travel orders and subsequent filing of DD Form 1351 Travel Voucher through HQ AF/A1SS. 3.3. The Government shall pay reimbursement for all long distance telephone calls for pre interviews and other calls to family members and other participants as noted in the contract. Payment will be based on documentation provided by the contractor. 3.4. The Government personnel shall make arrangements for the entrance of the Contractor and associated personnel such as interviewees to military facilities to include the Pentagon. 3.5. Government personnel shall provide: a. Access to the required areas. b. Accessible power. c. Names and phone numbers of commanders, FLOs and wounded and injured Airmen who have been contacted telephonically and/or in writing and who have expressed a willingness to participate in the filming of this video. 4.0. SECURITY: 4.1. Contractor shall provide employees with United States citizenship to perform tasks cited in this statement of work. 4.2. Government will provide constant surveillance of contractor employees while at job site on military installations during the entire period of job performance. 5.0. CLASS 1 OZONE DEPLETING CHEMICALS: 5.1. Contractor shall ensure that no Class I Ozone Depleting Chemicals (ODCs) are used in the performance of this contract. Furthermore, this contract does not require any delivery of such ODCs. 6.0. PERIOD OF PERFORMANCE: 6.1 6 Months After Contract Award EVALUATION PROCEDURES: The technical approach will be evaluated on a pass/fail rating system and past performance is significantly more important than cost or price. Contractor shall provide past performance information and references as part quote submittal package. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (2) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.222-35, Equal Opportunity for Special Disable Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-36 Payment by Third Party; (3) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (5) FAR 52.212-1, Instructions to Offeror--Commercial Items; (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (6) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (7) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next other wise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423. All responses quotes must be received via mail or email by 3:00 P.M. EST on 16 July 2007 to ATTN: Damon C. Moore; Contract Specialist; AFDW/A7KH, 110 Luke Ave Suite 250, Bldg 5681, Bolling AFB, DC 20032, or damon.moore@bolling.af.mil or 202-767-8093. An official authorized person to bind your company shall sign the offer. Questions concerning this solicitation should be addressed to Damon C. Moore, Contract Specialist, Phone (202) 767-8093 or E-mail to: damon.moore@bolling.af.mil or Ms. Charlotte Rose, Contracting Officer, Phone (202) 767-7938 or E-mail to: charlotte.rose@bolling.af.mil.
 
Place of Performance
Address: 1111 Jefferson Davis Highway, Arlington VA,
Zip Code: 22202
Country: UNITED STATES
 
Record
SN01339422-W 20070713/070711224112 (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.