Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOURCES SOUGHT

99 -- Contract to obtain Contractor's services to design and develop a Multimedia Video Presentation for the Department of the Army.

Notice Date
7/10/2009
 
Notice Type
Sources Sought
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-T-0083
 
Response Due
7/20/2009
 
Archive Date
9/18/2009
 
Point of Contact
BETTY JONES, 703-428-0450<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(betty.l.jones@conus.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE). On behalf of the Comprehensive Soldier Fitness Directorate of the Army G-3/5/7, intends to procure video production service using a HUBZone certified small business set-aside, small business set-aside, or under full and open procedures. All contractor questions must be submitted no later than 10:00 am on 13 July 2009. If at least two responsible HUBZone certified small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am on 20 July 2009, the requirement will be solicited as a 100% set-aside for HUBZone certified small business concerns. If two or more HUBZone certified small businesses are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUBZone, or small business concern in NAICS code 512110 with a size standard of 29.5 Million are encouraged to submit their capability packages. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 6 pages and must be submitted electronically. Small businesses are to outline their experiences in the following: 1.Demonstrated ability to combine cognitive and affective learning domains to immerse viewers such that they have maximum potential to remember the important take aways. 2.Demonstrated ability to create video content that can, in some degree, be interactive and contextual in such that it may provide viewers a first-hand virtual experience of the cause and effect of his/her own habits of behaviors (to the extend that those behaviors are known). At a minimum, video capabilities shall demonstrate a capability to influence the following behaviors: "Adaptability: under real life pressures "Agility: to change roles, missions & situations "Critical thinking and intuition: when faced with incomplete and /or inconsistent information "Decision-making: when al choices involve the unknown "Prioritizing personal: needs & other requirements "Cultural sensitivity: within todays global workplace "Internalizing: value systems and ethical behaviors "Changing: peer norms and group cultures Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $50,000.00 during the month of performance?; (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement to Ms. Betty Jones. A Firm-Fixed Price Contract is anticipated. The anticipated period of performance shall be negotiable but, at this time, anticipated to be no longer than two weeks. The place of performance will be at the Contractors facility location. Contractor personnel will not require a current Secret or Top Secret clearance. A written Request for Proposal (RFP) will be posted on or about 23 July 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Betty Jones Contract Specialist at 703-428-0450,betty.l.jones@conus.army.mil or Ms. Gail Strickland Contracting Officer, at 703-428-0418 gail.l.strickland@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-0083/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) 200 Stovall Street; 11th Floor Alexandria VA<br />
Zip Code: 22331-0001<br />
 
Record
SN01871629-W 20090712/090711000000-4431719c3765dae6fbb67a8de12bed0c (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.