Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

R -- Visual Information Support Services

Notice Date
6/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-08-T-0432
 
Response Due
6/19/2008
 
Archive Date
8/18/2008
 
Point of Contact
Tina Lopez, 410-278-0771
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This request is a hundred percent set aside for small business concerns. The NAICS code is 561410 and size standard is less than $6.5 Million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-FAC 2005-25 (Effective 22 May 08)& Class Deviation 2005-00001. Offers shall propose a time and materials labor price to provide graphics and exhibits support. Vendor to propose Labor rates for the labor categories stated in the Statement of WorK; PERFORMANCE:Period of Performance Date of Contract Award through 30 April 2009. PURPOSE: The U.S. Army Garrison, Directorate of Information Management (DOIM) is seeking contractual services in support their mission to provide Command, Control, Communications, Computers and Information Management (C4IM) services and support to Aberdeen Proving Ground. This requirement is for Video Teleconference (VTC), Graphic Arts, and photography Service Support Programs. Both Common User and Mission Services are required. OBJECTIVE: The objective for Graphic Arts and Photography Services is to provide audiovisual and graphic projects that are characterized by their uniqueness and require the use of different types of media to present a complete product, including all aspects of logistics. Work products support and affect the adequacy of such activities as public information, marketing, developing technical media, presenting briefings, and conveying the mission of the commands supported; and to work toward a visual identity for supported commands and their elements. The objective for the Video Teleconference Services is to provide technical support for theDOIM and RDECOM CIO VTC Facilities and for desktop VTC Services. SCOPE: The following service support programs, functions and tasks are required and are listed according to C4IM service number: 16.2 Graphic Arts Services providing Media Consulting, Desktop Publishing and Pre-Print Services, Custom Design and Artwork, Large Format Printing and Laminating, Graphic Training Aids and Illustrations, Official Charts, Maps, Posters, and Signage 16.2 Graphic Arts Services providing Media Consulting, Desktop Publishing and Pre-Print Services, Custom Design and Artwork, Large Format Printing and Laminating, Graphic Training Aids and Illustrations, Official Charts, Maps, Posters, and Signage 16.3 Photography Services to include DA Photos and Promotion Packets, Passport and Official ID Photos, Command Portraits, Military Exercises and Aerial photos, Training Support Requirements, Ceremonies and Historical Documentation, Law Enforcement and Investigation Photography. 16.4. Multimedia Services providing multimedia products and reproductions. 16.5 VI Broadcast/Video/Audio Services providing Broadcast Command Channel, closed-circuit television support to defined areas, provide audio tapes, 16.6. VI Media/Equipment Support Services Government organizations served will provide technical points of contact that will be available for all contractor questions/issues related to these requirements. AV/Multimedia Specialist Requirements:Will be required to serve as a AV/Multimedia Specialist to support assigned electronic Media team assigned functions (Photography, AV Support, Video and Multi-media Production) and provides creative and technical support in delivering world-class multimedia/visual information products/services in assigned functional environments supporting APG community and approved Army/Dept of Defense Agencies. Candidate demonstrates a high-degree of expertise and creativity in designing and producing VI products using a wide range of graphics, video, and multimedia applications, for both PC and Macintosh platforms. Serve as key member in providing technical guidance/assistance on intermediate to complex issues; identify improvements; and share expertise in team projects.Assignments entail a variety of scenarios such as independently providing photographic/audio-video coverage of military ceremonies/events above battalion level military rank; provide electronic support to video and interactive-multimedia productions for distribution at the installation level or Army-wide; operate graphic production software at an advanced level using Mac computer based software and editing systems; and assist team in providing AV/Multimedia/Photographic duplication products. Measurements: "Complete task orders and reporting actions "Creatively and accurately documents location events, historic happenings and/or high profile visitors "Produces services/products with a high-level of expertise "Advances position fitness by staying current with technology and skills development "Insures safe operations of equipment and fabrication techniques in compliance with APG installation standards Exhibit Specialist Requirements: Serves as a Specialist to support assigned APG Multimedia/Visual Information Services Center(M/VISC) M/VI functions including Graphics Arts, Exhibits and National Schedule. Performs M/VI C4IM and approved, Above-Base services in assigned functional environments supporting APG community and approved Army/DoD Agency sponsors. Plans and provides creative and technical support in delivering world-class M/VI products in assigned functionalenvironments supporting APG community and approved Army/DoD Agency sponsors. Serve as key member in providing assistance on simple to complex projects.From approved technical plans/blueprints fabricates independently or assists team in developing display models, displays and exhibits (e.g. 2 & 3-dimensional products, chain of command display boards, special tradeshow exhibition infrastructures and packing/assembly arrangements). Candidate utilizes an advanced level of construction skills, hardware techniques, and power equipment operations to produce exhibits from a variety of woods, metals, plastics and various raw materials or modular exhibit systems. Assists with logistical exhibit transports and scheduling arrangements. As needed, operates forklift, one-ton or up to 26-ft panel vans for exhibit transport/loading/unloading. Provides assistance for on-site exhibit move-ins, assemblies & turnkey management (e.g. CONUS) for approved domestic venues identified on the MVISC National Exhibits Schedule. Measurement: "Plans/produces approved M/VI products/services within +/- 5% of planned specifications, resources & travel requirement, 95% of the time "Complete task orders and reporting actions IAW applicable regulations "Insures safe operations of equipment and fabrication techniques in compliance with installation standards "Maintain consistent level of customer satisfaction PROGRAM DOCUMENTATION: Attends and participates in team staff meetings, planning meetings, and meetings with customers to receive requirements for projects. Must research, determine, and document the best electronic formats to achieve full potential of computer graphicswhile retaining compatibility across diverse disciplines. SECURITY REQUIREMENTS: The contractor(s) shall be required to access Information Systems to fulfill their duties and must possess the required favorable security investigation, security clearance, or formal access approvals, and fulfill any need-to-know requirements, in accordance with Basic Requirements under AR 25-2 Information Management - Information Assurance, Chapter 4 Section 5 para 4-14. ENVIRONMENT: The work is typically performed in adequately lighted and climate-controlled areas. An awareness of safety precautions is needed when using equipment, exhibit materials, construction tools and vehicles of varying sizes. Personal contacts are with the Commanding General, technical directors, directors, project officers and others who request products covered under this contract. The physical demands require some physical exertion. Contractor should be able to acquire a government drivers permit. LOCATION: Services may be provided on-site Aberdeen Proving Ground (APG) and Edgewood, Maryland military communities, off-site, or a combination of these two, depending on program requirements. HOURS OF SUPPORT: Core hours for graphics and exhibit support are 0600 1730. Prime hours are 0700 1700. Support must be available Monday Friday on Non-Holidays, every week. Additional hours are occasionally required to support special projects. Additional hours must be approved in advance by the COR. OTHER DIRECT COSTS: Other Direct Costs and Travel may be required. Travel will be reimbursed IAW JTR. Travel will be for the purpose of transport, move, assembly and management of exhibits in trade shows and/or military expositions. CLIN STRUCTURE: Three 3 full time equivalents (contractor resources) shall be required. CLIN 0001: DOIM, Visual Information Services Division, Aberdeen and Edgewood Area, Common User and Mission Support. CLIN 0001AA Exhibits Specialist - 1 FTE CLIN 0001AB AV/MultiMedia Specialist - 1 FTE CLIN 0002 Research Development and Engineering Command (RDECOM), Data Imaging Team, Edgewood Area, Mission support: CLIN 0002AA Exhibits Specialist - 1 FTE CLIN 0003 (Cost Reimburement: Other Direct Cost) for Exhibits while on Travel Note: Estimated Travel/Per Diem and Materials. Travel and Per Diem shall be in accordance with Federal Travel REgulations and Subject to Contracting Officer or designated Contracting Officer representative (COR) approval. Material is on a reimburseable basis and subject to documentation and Government approval. The provision of FAR 52.212-3 and 52.212-3 Alt I, offeror Representations and Certifications-Commercial Items (July 2003) applies to this RFQ. 52.212-3 and 52.212-3 Alt I, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Criteria Proposals will be evaluated to determine the best overall value to the Government and achieving operational capability. Proposal shall contain the following: 1. Technical Approach and Technical Expertise: a. The offeror shall demonstrate an understanding of the work to be performed and ability to provide expertise competent and capable of executing the types of tasks described in the Performance Work Statement. b. The offeror shall provide resume(s) for the dedicated on-site resource(s). The effort is expected to require three full time equivalents as described in the CLIN structure. 2. Schedule, to include at minimum, Proposed Start Date. 3. Past Performance - The Offeror shall submit a description of two Government and/or Commercial contracts (prime or sub contracts) that are relevant to the efforts required by this solicitation. This section shall contain Government or Commercial Agency/Organization Name Place of Performance Government and/or commercial technical representative/COR, and Alternate Contact, telephone number, and email address. Contract Performance Brief description of the relevant requirement, and objectives achieved. For any contracts that did not/do not meet original cost, schedule or technical performance requirements, provide an explanation of the reason(s) for the shortcomings and any corrective actins taken to avoid recurrence. 4. Price Proposal: Fixed Price by CLIN for Labor, AND price structure by labor hours worked exceeding the standard 80 hour pay period / 2 week pay period, if applicable. The offeror shall propose a Government-facility burdened hourly rate. Price proposal shall also include travel and material estimates if required. The following Federal Acquisition Regulation (FAR)and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1 Instructions to Offerors - Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Sep 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) SEP 2006 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-4 Recovered Material Certification OCT 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.243-1 Changes--Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) OCT 2006 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7036 Buy American - Free Trade Agreement--Balance of Payments Program OCT 2006 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.232-7010 Levies on Contract Payments SEP 2005 52.204-7 CENTRAL CONTRACTOR REGISTRATION (JUL 2006) 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (SEP 2006) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) 52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) 252.223-7001 HAZARD WARNING LABELS (DEC 1991) You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation.This solicitation is eligible for the HQ Army Contracting Agency (ACA) Executive Level Agencu Protest (ELAP) Program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACAAI 5152.233-9000, Army Contracting Agency Executive Level Agency Protest Program is applicable. Additional information for ELAP may be accessed electronically at: http://www.aca.army.mil/docs/Community/ACAprotests.doc. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by no later than 19 JUNE 2008 by 11:00 A.M Eastern Standard Time via fax 410-278-2407 or email to tina.lopez@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Regristration (CCR) database prior to award will not be considered. Vendors may register with CC by calling 1-800-334-3414 or online at www.bpn.gov/CCR.n For questions concerning this Request for Quotation contact Tina Lopez, Contracts Specialist, via email at tina.lopez@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c6d464ca4f41252f8668bacf6da8d449&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN01592117-W 20080614/080612215817-c6d464ca4f41252f8668bacf6da8d449 (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.