Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

T -- This is an amendment to a previously synopsized requirement. This announcement replaces Q9504090016 to change from unrestricted to a small business set-aside. Produce a series of short movies within eight Pacific NW National Parks in WA and OR

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9504090016
 
Response Due
9/22/2009
 
Archive Date
9/16/2010
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The solicitation number is Q9504090016, and the solicitation is issued as a request for quotation (RFQ). This Request for Quotation has been made available through www.fbo.gov to comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions expected to exceed $10,000 or more, by displaying in a public place, or by any appropriate electronic means. Due to the limited amount of public places for positing at Olympic National Park, and the remote locations and accessibility of field sites, electronic posting of Fedbizoppos is utilized to comply with public posting and to promote competition to the extent practical. This solicitation is a small business set-aside. The NAICS code is 512110 with an associated small business size standard of $29.5 million (average gross revenue over past three years). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This solicitation will result in award of a firm, fixed-price contract. The National Park Service, Olympic National Park, has a requirement for production of nine short movies featuring eight National Park Service sites located in the Pacific Northwest states of Washington and Oregon. OBJECTIVE: The goal of this project is to introduce and educate new audiences (youth, students, teachers, web-users) through on-line movie presentations about current research and science activities, highlighting the diversity of natural and cultural resources in National Parks, and highlighting day-to-day operations of scientific field work. Creative visualization will be a collaborative effort with the contractor and the North Coast and Cascades Research Learning Network (RLN) staff, and will include natural-setting scenic shots, wildlife or other natural resources, on-camera staff interviews, and images of research activities in progress. It is the Government's intention that the contractor film candidates with engaging on-camera personality, who interact well with park field crews, who can be on-location to capture images or reshoot scenes as needed, and deliver finished products on a deadline. Each movie will follow a field crew conducting monitoring or studies (in biology, history, archeology, physical sciences, etc.) for a day at each of the following eight parks: (1) Olympic National Park, headquarters at 600 East Park Avenue, Port Angeles, WA 98362; (2) North Cascades National Park, headquarters at 810 State Route 20, Sedro Woolley, WA 98284; (3) Mount Rainier National Park, headquarters at 55210 238th Avenue East, Ashford, WA 98304; (4) Ebeys Landing National Historical Reserve, headquarters at 162 Cemetary Road, Coupeville, WA 98239; (5) San Juan Islands National Historical Park, headquarters at 4668 Cattle Point Road, Friday Harbor, WA 98250; (6) Fort Vancouver National Historic Site, headquarters at 612 East Reserve Street, Vancouver, WA 98661; (7) Klondike Gold Rush National Historical Park - Seattle Unit, headquarters at 319 Second Avenue South, Seattle, WA 98104; and (8) Lewis and Clark National Historical Park, headquarters at 92343 Fort Clatsop Road, Astoria, OR 97103. TASK: Produce a total of 9 each, three to five minute movies: (A) one introductory movie about the RLN featuring all eight parks referenced above, and (B) one movie for each of the eight parks. SCOPE OF WORK: Contractor shall be responsible for obtaining any necessary filming permits from parks, and should coordinate with RLN staff because not all filming will require a permit. RLN staff will provide appropriate movie content, including the NPS mission statement, and other detailed park information, with the intent that the movies convey factual park information, the importance of why studying a particular resource is vital to achieving NPS goals, and show that science and research are performed in National Parks. The RLN will coordinate for the contractor, all on-site interviews with park staff, and will be present for most of the filming. The Government anticipates filming can be achieved in a day at each of the eight parks, and overnight stays in the field with NPS researchers or scientists will not be required. However, arrangements can be made for the contractor to stay in the field overnight by agreement of the RLN and NPS staff. Field work may require contractor's crew to cross difficult terrain and film in varying weather conditions. Upon contractor's submittal of "first draft" of the nine movies, allow six weeks for the RLN staff to review and comment. Final submittal shall include three master DVDs, raw footage, and edited video files. HD Video and Final Cut Pro format is preferred. COMPLETION DATE: The Government intends that filming be spread out during spring and summer 2010, rather than completed all at once. The contract performance period will be twelve months from date of award. The contractor must complete all work within the twelve-month performance period, providing final approved movies to Olympic National Park no later than the end date stated in the contract. DELIVERY: Final movies shall be submitted to the attention of Jerry Freilich at Olympic National Park, 600 East Park Avenue, Port Angeles, Washington 98362. Full details of NPS computer formats will be provided after award. U.S. DEPARTMENT OF LABOR SERVICE CONTRACT ACT WAGE DETERMINATIONS are applicable to this solicitation, as listed below, and can be viewed in full text on-line at http://www.wdol.gov. Select "SCA WDs." Search by state, then by county. Answer "no" to previously performed, and "no" to non-standard services. (1) Wage determination no. 05-2559 (Rev. 11) is applicable to Olympic National Park in Clallam County, Washington. (2) Wage determination no. 05-261 (Rev. 13) is applicable to North Cascades National Park in Skagit County, Ebeys Landing National Historical Park in Island County, and San Juan Island National Historical Park in San Juan County, Washington. (3) Wage determination no. 05-2567 (Rev. 12) is applicable to Mount Rainier National Park in Pierce County, Washington. (4) Wage determination no. 05-2441 (Rev. 7) is applicable to Fort Vancouver National Historical Park in Clark County, Washington; and Lewis and Clark National Historical Park in Clatsop County, Oregon. (5) Wage determination no. 05-2563 (Rev. 10) is applicable to Klondike Gold Rush National Historical Park - Seattle Unit, King County, Washington. INSTRUCTIONS TO OFFERORS: Quoters shall submit a price proposal and separate technical proposal. The price proposal shall include, at a minimum, a lump sum price for each movie, and Quoters are encouraged to also provide a price breakdown in sufficient detail to support the lump sum amount quoted. The Government will evaluate quotations to determine cost realism. Cost realism relates to a contractor demonstrating that the proposed cost/price provides an adequate reflection of its understanding of the requirements of this request for quotation. The technical proposal should include, at a minimum, past performance and past experience, and address filming crew's experience or ability to work in the field, often crossing difficult terrain, in varying weather conditions. Past performance should include at least two professional references of similar work performed, including point of contact name, telephone number, email address if available, project title, project cost, and completion date; and include either a hard copy DVD of work samples, or website links where video(s) can be watched. Past experience should list key personnel contractor will assign to work on this project and their experience producing short videos in the field of natural and cultural resources and interpretation. Quoter's narrative about past experience is limited to two pages of text no smaller than twelve point font. Resumes of key personnel may be submitted, but are also limited to two pages of text no smaller than twelve point font. CLAUSES & PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of best value, considering price, past performance, and past experience. A firm fixed price contract will result from this solicitation to the responsive, responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government. Quoters must convey to the Government that they are able to accomplish the work in a coordinated and timely fashion, such that all the requirements will be achieved. All evaluation factors other than cost or price, when combined, are equally as important as cost or price. The government reserves the right to make award without discussions. Quoters must be registered in the Central Contractor Registration (CCR) database in order to be considered eligible for award. The CCR website is http://www.ccr.gov. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; Post Award Small Business Program Representation; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.225-01 Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41 Service Contract Act of 1965; and 52.222-42 Statement of Equivalent Rates for Federal Hires. Quotations must be received no later than Tuesday, September 22, 2009, 4:30 p.m., Pacific Daylight Time. Quotations may be submitted by fax or email to the point of contact below. Submit quotations to the attention of the Contracting Officer at Olympic National Park, 600 East Park Avenue, Port Angeles, WA 98362. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9504090016/listing.html)
 
Place of Performance
Address: Filming to take place at each of eight National Park Service sites in Washington and Oregon. Washington Counties: Clallam, Skagit, Pierce, Island, San Juan, Clark, and King. Oregon County: Clatsop.
Zip Code: 98362
 
Record
SN01957367-W 20090918/090917000750-94966cfde19d4ccb880692bb7bbf24f6 (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.