Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

R -- CAMERA CREWS WORLDWIDE

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard, Room475, Arlington, Virginia, 22230
 
ZIP Code
22230
 
Solicitation Number
DACS10Q2132
 
Archive Date
3/23/2010
 
Point of Contact
Jannele Gosey, Phone: (703) 292-4445
 
E-Mail Address
jgosey@nsf.gov
(jgosey@nsf.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 2005-37, as stated in full text, as well as the terms and conditions of FAR 52-212-1. The NSF anticipates awarding a Blanket Purchase Agreement (BPA) as a result of this solicitation. The anticipated period of performance is five (5) years with one (1) base year and up to four (4) option years. This acquisition is set aside for small businesses. BACKGROUND While the National Science Foundation is America's premier funding agency for science, engineering and education in the sciences, there is a need for research results to become more visible to the American public. NSF produced video news releases/b-roll packages and video segments for broadcasters, the web, in-house and outreach, can serve to heighten public awareness of important science & engineering news. This requirement covers the video shooting associated with NSF video products. All interested vendors need to be able to provide broadcast news quality camera crews and producers anywhere in the world and at a moment’s notice. Where applicable, camera crews need to be located close to shoot location, which means that the vendor must have camera crews worldwide. This cuts down on NSF travel costs. SCOPE The contractor shall provide services without interruption for the 5-years with additional services rendered as needed. From the start of the contract, the contractor shall provide the personnel, facilities, and supplies and do all things necessary to provide broadcast trained/certified video camera crews anywhere in the world to direct/shoot interviews, b-roll and events on an as needed basis for NSF. All footage shot is the property of NSF. COST PROPOSAL Price quotations and breakdowns are requested for each item listed: -1 and 2-person camera crews and basic lighting package for full and half-day shoot -Tape formats required: P2 (DVCPro HD), XD Cam, Betacam SP -On-location producers -Additional lighting packages -Any additional equipment for stabilization, underwater shooting, etc. -Overnight rates -Tape stock -shipping content to NSF Please specify turn around time and costs associated with next day services (i.e. dubbing). Also include any other services not listed here. DELIVERABLES --All services will be on an as needed basis. --Most shoots will require basic 2-person camera crew and lighting. --When needed, producers will oversee shoot when NSF personnel is unable to participate, Producers will also interview subjects with material provided by NSF. INSTRUCTIONS TO OFFERORS All questions pertaining to the RFQ shall be submitted electronically to jgosey@nsf.gov. All questions regarding the RFQ are due by 3 PM (EST), March 5, 2010. Receipt of late questions will not result in an extension to the response due date. In addition to the provisions of 52.212-1, Instructions to Offerors-Commercial Items, the offeror shall submit a narrative proposal that does not exceed twenty-five (25) pages in length (excluding cover sheet, table of contents, resumes of proposed personnel, certifications and representations, and past performance information. SUBMISSION OF PROPOSAL: Proposals are due no later than 3:00pm, local Washington, D.C. time, March 8, 2010. Proposals are to be e-mailed to Jannele Gosey at jgosey@nsf.gov. No faxes will be accepted. EVALUATION FACTORS FOR AWARD 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 technical factors shall be used to evaluate offers: 1) Brief narrative detailing Offeror’s planned approach to this effort; 2) Offeror’s qualifications and background, to include company’s web page address; 3) Detailed information on Offeror’s past performance of similar services with the Federal Government and /or commercial customers; 3) References to include the company’s point of contact including address, telephone number/fax number, email address and other relevant information. All references shall be available to respond with a reply within 48 hours after being contacted. 4) Offeror’s proposed price. CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-37 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS;, 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (14) 52.222-3, CONVICT LABOR; (16) 52.222-19, CHILD LABOR; (17) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (18) 52.222-35, EQUAL OPPORTUNITY; (19) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (20) 52.222-39, EMPLOYMENT REPORTS ON SPECIAL VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS, and; (31) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER____CENTRAL CONTRACTOR REGISTRATION;. 52.217-9, SECURITY REQUIREMENTS; 52.219-11
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/DACS10Q2132/listing.html)
 
Place of Performance
Address: 4201 Wilson Blvd, Arlington, Virginia, 22230, United States
Zip Code: 22230
 
Record
SN02079889-W 20100304/100302234341-78321afc1f4c7eff73cf9fed35a7ac39 (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.