Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

T -- Video Production and Video Streaming Services

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0121
 
Response Due
9/10/2015
 
Archive Date
11/1/2015
 
Point of Contact
Nicole G. Hernandez, 575-678-4979
 
E-Mail Address
ACC-APG - Adelphi
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this modification is to update the Questions and Answers The purpose of this modification is to extend the close date and add Questions and Answers 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. (ii) The solicitation number is W911QX-15-T-0121. This acquisition is issued as an request for proposal. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Federal Acquisition Circular 2005-83 effective 05 August 2015. (iv) This acquisition is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The associated NAICS code is 512110. The small business size standard is $32.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN: 0001 - Time - Labor for Video Production and Video Streaming Services as described in the PWS section C.3 with a three (3) year ordering period beginning on base award date; Quantity: 1.0 each. CLIN: 0002 - Materials - Materials for Video Production and Video Streaming Services as described in the PWS section C.3 with a three (3) year ordering period beginning on base award date; Quantitiy: 1.0 job. CLIN: 0003 - Travel - Travel required for Video Production and Video Streaming Services as described in the PWS section C.7 with a three (3) year ordering period beginning on base award date; Quantitiy: 1.0 job. CLIN: 0004 - Contract Manpower Reporting - Cost for Providing Accounting for Contract Services - ACC-APG 5152.237- 4900. Accounting for Contract Services Requirement, is included herein; the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract, in accordance with clause ACC-APG 5152.237-4900, located in Section A. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN: 0005- Data - The Contractor shall provide data as specified in each Task Order/Delivery Order. (vi) Description of requirements: BASIC PERFORMANCE WORK STATEMENT (PWS) Video Production and Video Streaming C.1 PURPOSE The purpose of this effort is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle under which individual Task Orders (TOs) can be issued to support the U.S. Army Research Development and Engineering Command (RDECOM). C.2 BACKGROUND The U.S. Army Research Laboratory (ARL) of the U.S. Army RDECOM is the Army's corporate, or central, laboratory. Its diverse assortment of unique facilities and dedicated workforce of government and private sector partners make up the largest source of world-class integrated research and analysis in the Army. By combining its in-house technical expertise with those from academic and industry partners, ARL is able to maximize each dollar invested to provide the best technologies for our Soldiers. ARL also applies the extensive research and analysis tools developed in its direct mission program to support ongoing development and acquisition programs in the Army Research, Development, and Engineering Centers (RDECs), Program Executive Offices (PEOs)/Program Manager (PM) Offices, and Industry. Technology and analysis products are moved into RDECOM RDECs and to other Army, Department of Defense (DoD), government, and industry customers. The Army relies on ARL to provide the critical links between the scientific and military communities. The laboratory must marshal internal and external science and technology assets to fulfill the requirements defined by or requested by the Soldier. Equally important, the Laboratory must assist the Army user in understanding the implications of technology on doctrine and in defining future needs and identifying potential opportunities. Once a partnership or internal requirements have been identified, meetings to enhance development between stakeholders in academia, industry and government agencies are needed. The following Performance Work Statement (PWS) outlines the items required for the successful execution of such videos and streaming support need to enhance the development between stakeholders, industry and government agencies. The streaming and video production highlights the achievements and exceptional research work done by the ARL staff for the benefit of the American Soldier. Streaming and video production allows the public, DOD, and our partners to see firsthand the work that's being accomplished by ARL. C.3 SCOPE The objective of this subject PWS is to provide details of the required effort through which the Army can facilitate video production and video streaming. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Streaming and Video Services as defined in this PWS except for those items specified as government furnished property (GFP) and services. The Contractor shall perform to the standards outlined in this contract. C.4 TECHNICAL REQUIREMENTS The following paragraphs outline the video streaming and video production requirements for accomplishing the purpose and scope of this effort. Under this contract, the Government may issue individual TOs for efforts provided below. Specific technical requirements will be identified in each individual TO. C.4.1 Video Streaming Events C.4.1.1 The contractor shall develop complete video streaming events to capture video and audio for live transmission or recording to air at a later date. C.4.1.2 The contractor shall allow for these video streaming event video(s) to be streamed to the World Wide Web (WWW), vendor supplied commercial URL, or government furnished URL that enables viewing of the stream. i.When using non-government URL space vendor is expected to: 1.Provide usage statistics a.User count b.IPs c.Regional counts d.Successful / Unsuccessful loads 2.Capability to handle at a minimum of four hundred (400) concurrent users but not to exceed 20,000 based on specific event type. 3.Provide web development and design to meet the need of the task that can but are not limited to- a.PowerPoint conversion to PDF b.Graphics for the web page c.Elements such as Ask Questions, FAQ, Help links, etc. d.Site should meet all industry standards and DOD recommendation in web design and meet applicable compliance issues. C.4.1.3 The contractor shall provide price quotes in accordance with TO PWS's for video streaming within one (1) business day of receipt of requirement. These quotes shall include all proposed labor categories, proposed hours, proposed materials, and all proposed travel to be approved by the TOs Contracting Officer's Representative (COR). C.4.1.4 Streaming events described in the TOs shall be subject to the following production requirements. a. Estimated length of the videos shall be from 24 to 120 minutes depending on the subject matter of the product and will be determined in individual TOs. b. Original photography for video streaming shall utilize equipment equal to or better than High-Definition 1080P format and equal to or better than standards listed in SMPTE 274M-2008. SMPTE 274M is a standard published by SMPTE which defines the 1080 line high definition video formats including 1080p25 and 1080p30. It is frequently carried on Serial Digital Interface physical cables defined by the SMPTE 292M standard. c. Sound recording shall be accomplished with broadcast-quality equipment equal to or better than established broadcast standards. d. The contractor shall provide professional personnel to perform the required work. The contractor shall identify by name and labor category those individuals chosen to perform various production functions. Substitutions shall be submitted in writing and shall be subject to approval by the COR. Substitutes will have at least the same qualifications as the person being replaced. e. Agreed upon location videography dates and locations are subject to changes due to Government support/operating schedules. When possible the government will provide as much notice as possible for these changes with a minimum of 24 hour notice for the change. f. Contractor must provide all required production equipment, lights, cables, tie-ins, and related accessories as determined in the TO PWS. C.4.2 Video Production Events C.4.2.1 The contractor shall create video products, video news releases, video feature packages, sizzle reels, and corporate videos that meet industry standard formats for high definition videos that include script development, interviews, b-roll, testing/research video, and editing suite space. C.4.2.2 The contractor shall provide price quotes in accordance with TO PWS's for video production within five (5) business days of receipt of requirement. These quotes shall include proposed labor categories, proposed hours, proposed materials, and all proposed travel to be approved by the TOs COR. C.4.2.3 Video Production events identified in TOs shall be subject to the following production requirements: a. Length of the videos shall be from 24 to 120 minutes depending on the subject matter of the product and will be determined in individual TOs. b. Distribution medium for these videos shall be identified in each TOs PWS. c. Original photography for video production shall utilize equipment equal to or better than High-Definition 1080P format and equal to or better than standards listed in SMPTE 274M-2008. d. Sound recording shall be accomplished with broadcast-quality equipment equal to or better than established broadcast standards. e. Editing shall be accomplished using broadcast quality non-linear editing equipment. f. Requirements for additional music, stock music, or sounds effects shall be established in individual TOs PWS. g. The contractor shall provide professional personnel to perform the required work. The contractor shall identify by name and labor category those individuals chosen to perform various production functions. Substitutions shall be submitted in writing and shall be subject to approval by the COR. Substitutes will have at a minimum, the same qualifications as the person being replaced. h. Agreed upon location videography dates and locations are subject to changes due to Government support/operating schedules. When possible the government will provide as much notice as possible for these changes with a minimum of 24 hour notice for the change. i. Contractor shall provide all required production equipment, lights, cables, tie-ins, and related accessories as determined in the TO PWS. j. The contractor shall deliver all of the original videography, edits and all other associated electronic media used in the production on a hard drive. The materials delivered on the hard drive shall be in their native format and at the highest resolution. C.4.2.4 Video Production events identified in TOs shall be subject to the following production schedules: a. The contractor and scriptwriter will be required to attend a kick-off meeting as outlined in TO PWS. The COR will coordinate the date and time. The meeting is introductory in nature and will feature a review of specifications, identification of major participants, and clarification of roles and responsibilities. b. Scripting and storyboarding are required as determined in TOs PWS. The contractor shall provide all materials, labor, and travel expenses necessary to provide three (3) Approaches, a Treatment, a Draft Script, and a Final Script with storyboards, if required, and Production Breakdown. The script shall be provided to the COR in MS Word compatible format as an electronic mail attachment. c. The types of videography (i.e., live action, art/animation, stock visuals) will be specified in the approved script. All scenes designated quote mark STOCK-GOV FURNISHED quote mark or words to that effect will be provided to the contractor in as close to original quality as circumstances permit. All transfer of stock in original formats will be transferred at contractor expense. Original material must be returned undamaged and unaltered in any form to the Government. The Contractor shall coordinate with the customer or other appropriate government agency to ensure availability of any item identified as Government Furnished Equipment (GFE) prior to including in Final Script. d. Minor changes in dialog and in visuals often occur during production to enhance the production value. Upon completion of the production, the contractor shall provide a copy of the as-produced script that reflects all changes made during the production. e. The contractor shall not proceed to Pre-production and Production until approval of shooting script and authorization by COR in writing is received. Proposal TO PWS for production cost shall include a government provide production plan format.(see Annex 1 for format) f. The contractor and COR may be required to conduct a pre-production site visit. Dates and locations will be determined by the COR in coordination with the customer and contractor. g. The contractor shall provide a daily shooting schedule to the COR by electronic mail attachment prior to location videography. h. Talent release(s) shall be obtained prior to taping by the contractor. The contractor shall deliver signed releases obtained from all persons recognizably photographed or recorded. Contractor shall deliver releases for use of private or commercial property and a copy of the music license for music used. Copies of DoD standard release formats for use with this project are incorporated in Attachment A. i. Agreed upon location videography dates and locations are subject to changes due to Government support/operating schedules. Contractor shall provide all production equipment, lights, cables, tie-ins, and related accessories. Equipment support vehicles, uniforms, properties, are to be furnished by the contractor. When possible the government will provide as much notice as possible for these changes with a minimum of 24 hour notice for the change. j. Prior to First Edit, the contractor shall provide video samples of proposed animation sequences and complex graphics (including titles) for review and approval by the COR. This may be accomplished at the Contractor's facility, by mail, by electronic transfer means, or overnight delivery service when required. k. The First Edit shall closely resemble the final product to include suggested music, sound effects, graphics, and video. A Government representative will attend the editing session. An edit decision list (EDL) shall be generated for use with the final edit system. A DVD copy of the First Edit with time code for each scene displayed on screen (window dubs) shall be provided to the COR. The Government will review and provide written comments on the First Edit for doctrinal and informational accuracy as well as artistic acceptance, indicating any changes necessary or desired. These written comments shall be attached to the First Edit Approval Certificate. After Government review of the First Edit, additional changes in the narration, visuals, music, effects and sound mixing may be required prior to proceeding to the Final Edit. l. After Government approval of the First Edit, the contractor shall proceed to the Final Edit. A Government representative shall attend the final editing session. A DVD copy shall be delivered to the COR upon completion of the Final Edit. m. Upon completion and approval of the Final Edit, the contractor will certify that the deliverable product has undergone a quality control review and is not subject to any deficiencies. m. DVDs provided by the contractor for mass distribution will be replicated. DVD's must be compatible for use worldwide, and if stamped with a Region Code, will utilize quote mark Region 0 quote mark. Distribution media must pass quality control review prior to distribution. The contractor will perform this quality control review. The contractor will make initial distribution of the replicated copies based on information supplied by the COR. Two (2) copies of the final DVD must be submitted to the COR with other final deliverables. n. Scripts, daily shooting schedules, narration and dialogue scripts, rights documents (talent and music releases), as-produced scripts in Microsoft word 2007, contractor-purchased uniforms, props and equipment, and dubs of the CC and CC/AD masters shall be delivered to the COR. C.5 CONTRACT DELIVERABLES C.5.1 Deliverables Required deliverables shall be specified in individual TOs. C.6 GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI) / OTHER GOVERNMENT FURNISHED MATERIALS C.6.1 GFE Government Furnished Equipment (GFE) may be provided to the Contractor by the Government to facilitate performance of the individual TOs under this contract. The Contractor may be required to provide Contractor Furnished Equipment (CFE) to facilitate the performance of individual TOs under this contract. Should such circumstances arise, GFE will be addressed by each individual TO. All tools, materials, and unused supplies purchased by the Contractor and reimbursed by the Government during the term of this contract shall be delivered to the Government at the completion or termination of each individual TO. Any GFE or CFE requirement to complete a task will be specifically identified in the individual task order. C.6.2 GFI GFI will be identified by each individual TO PWS. C.7 TRAVEL To the maximum possible extent, the Contractor shall provide electronic media over existing secure high bandwidth or other secure communications links rather than by Contractor travel. The Government will identify all travel requirements within each individual TO PWS. In general, the Contractor is expected to travel to Government and Contractor facilities within the Continental United States (CONUS) in support of each TO. The Contractor shall perform travel in accordance with the current Joint Travel Regulations (JTR). The Contractor shall provide the COR a quote for each proposed trip and ensure that it includes the proposed destinations, number of people traveling, number of trips per person, airfare cost per person, lodging cost per person, per diem cost per person, and any other miscellaneous costs per person. All proposed travel requires written pre-approval from the COR. All invoices containing travel charges shall include supporting documentation such as receipts and invoices. C.8 PLACE OF PERFORMANCE The Contractor may be required to perform services at CONUS locations to be specified in each individual TO. On-site performance shall be primarily at the Contractor's site, as specified within each individual TO PWS. C.9 PERSONNEL The Contractor shall provide personnel based on the individual TO requirements. The Contractor may need to provide personnel for scheduled services to be performed at a Government site per COR approval. The hours of operation and place of performance shall be determined by the requirements set forth in each TO. C.10 ANTI-TERRORISM/OPERATIONAL SECURITY (AT/OPSEC) C.10.1 The contractor shall be required to provide in writing the following information on each person visiting pre-production and production site(s): name, job title, date of birth, security clearance level and date granted. Foreign nationals and immigrant aliens must provide nationality and alien registration numbers. C.10.2 The Contractor and all associated sub-contractors shall insure that all local clearance procedures (i.e. return of ID badges etc. provided by the COR as Government Furnished Information {GFI} at contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable) are followed for departing contractor employees and sub-contractor employees. C.10.3 Contractors and all associated sub-contractors who will handle or have access to Classified Information are directed to analyze FAR 52.204-2, Security Requirements. This clause involves access to information classified quote mark Confidential, quote mark quote mark Secret, quote mark or quote mark Top Secret quote mark and requires contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been provided by the COR as Government Furnished Information (GFI) at contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. (vii) Delivery will be a three (3) year ordering period upon contract award of the base effort. Delivery shall be determined via each individual task order. Acceptance shall be performed at the place of delivery determined in each task order. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: See attached ACC-APG Adelphi Local Clauses Full Text document for full proposal instructions. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors, which includes Past Performance and Technical. The Contracting Officer determines that past performance will be evaluated on an acceptable/ non-acceptable rating. The offeror will be required to submit complete and accurate information as requested within the attached ACC-APG Adelphi Local Clauses Full Text document - Instruction to Offerors - Proposal Submission, section (ii) Volume II - Past Performance. An acceptable past performance submission shall demonstrate an acceptable rating in all the following three (3) sub factors factors: RELEVANCY: Present/past performance effort involved similar scope and magnitude of effort and complexities, this solicitation requires and was performed within the last two (2) years. An acceptable relevancy standard shall indicate the following: AcceptableVideo Streaming: Performed within the last two (2) years and was for digital video streaming for a minimum of 15 minutes. Required the delivery of the streaming via the internet and physical property within 24 hours. Video Production: Performed within the last two (2) years and was for video production for a minimum of 3 minutes. Required the delivery of the completed video via physical property. QUALITY ASSESSMENT: Quality of the offeror's past performance on those recent efforts that were determined relevant by documented results from Past Performance Questionnaires, interviews, CPARS, and other sources as requested within the attached ACC-APG Adelphi Local Clauses Full Text document - Instruction to Offerors - Proposal Submission, section (ii) Volume II - Past Performance. An acceptable quality standard shall indicate the following: AcceptableVideo Streaming: Provided all information required in ACC-APG Adelphi Local Clauses Full Text document - Instruction to Offerors - Proposal Submission, section (ii) Volume II - Past Performance, Part A. Provided a minimum of 3 contracts performed. Sample video adhered to all video requirements listed in the Base Performance Work statement section C.4.1.4(a-c). Video Production: Provided all information required in ACC-APG Adelphi Local Clauses Full Text document - Instruction to Offerors - Proposal Submission, section (ii) Volume II - Past Performance, Part A. Provided a minimum of 3 contracts performed. Sample video adhered to all video requirements listed in the Base Performance Work statement section C.4.2.3.(c-e) SCHEDULE ASSESSMENT: Assessment of the time frame needed to complete prior efforts utilizing past performance that is determined to be relevant by the Government. This assessment will encompass a timeframe review of the original submission of Government/customer requirement to the receipt of a valid quote submitted by the contractor. This assessment will also include a timeframe review of quote mark start of services quote mark by Contractor after receipt of award form government/customer. An acceptable time frame shall indicate the following: AcceptableVideo Streaming: Turnaround time from receipt of requirement for video streaming and submitted quote was two (2) business days or less. Turnaround time from award to start of video streaming recording was five (5) business days or less. Video Production: Turnaround time from receipt of requirement for video production and quote was three (3) business days or less. Turnaround time from award to start of video production was five (5) business days or less. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation and sample tasks. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, sample videos or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. This information shall be evaluated based on the factors identified in quote mark 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (APR 2014), 3. PROPOSAL FILES, section c, (i) VOLUME I - TECHNICAL quote mark Price/Rates will be evaluated based on the total proposed price/rates, including options, and price determined for the sample tasks. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, Gratuities, as prescribed in FAR 3.202, to comply with 10 U.S.C. 2207; 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 9AUG 2013); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013), (41 U.S.C. 2313); 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)); 52.219-9 Small Business Subcontracting Plan (OCT 2014); 52.219-13, Notice of Set-Aside of Orders (NOV 2011), (15 U.S.C. 644(r)); 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)); 52.219-16 Liquidated Damages-Subcontracting Plan (JAN 1999); 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f); 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 42120; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.222-54 Employment Eligibility Verification (AUG 2013); 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332); 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67); 252.203-7000, Requirements Relatingto Compensation of Former DoD Officials, as prescribed in 203.171-4(a), to comply with section 847 of Pub. L. 110-181; 252.203-7005, Representation Relating to Compensation of Former DoD Officials, as prescribed in 203.171-4(b); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, as prescribed in 204.7303; 252.204-7015, Disclosure of Information to Litigation Support Contractors, as prescribed in 204.7403(c), to comply with 10 U.S.C. 129d; 252.205-7000, Provision of Information to Cooperative Agreement Holders, as prescribed in 205.470, to comply with 10 U.S.C. 2416; 252.211-7003, Item Identification and Valuation, as prescribed in 211.274-6(a)(1); 252.215-7007 Notice Of Intent To Resolicit (JUN 2012); 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) (OCT 2014); 252.223-7008, Prohibition of Hexavalent Chromium, as prescribed in 306; 252.225-7000, Buy American-Balance of Payments Program Certificate, as prescribed in 225.1101(1)(i), to comply with 41 U.S.C. chapter 83 and Executive Order 10582 of December 17, 1954, Prescribing Uniform Procedures for Certain Determinations Under the Buy-American Act; 252.225-7012, Preference for Certain Domestic Commodities, as prescribed in 225.7002-3(a), to comply with 10 U.S.C. 2533a; 252.225-7001 Buy American and Balance of Payments Program- Basic (NOV 2014); 252.225-7031, Secondary Arab Boycott of Israel, as prescribed in 225.7605, to comply with 10 U.S.C. 2410i; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, as prescribed in 225.771-5, to comply with 10 U.S.C. 2327(b); 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, as prescribed in 226.104, to comply with section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts; 252.227-7013, Rights in Technical Data-Noncommercial Items, as prescribed in 227.7103-6(a), to comply with 10 U.S.C. 7317 and 17 U.S.C. 1301, et. Seq; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, as prescribed in 232.7004, to comply with 10 U.S.C. 2227; 252.232-7010, Levies on Contract Payments, as prescribed in 232.7102; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013); 252.243-7002, Requests for Equitable Adjustment, as prescribed in 243.205-71, to comply with 10 U.S.C. 2410; 252.244-7000, Subcontracts for Commercial Items, as prescribed in 244.403; 252.247-7023 Transportation of Supplies By Sea - Basic (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-2 Security Requirements (AUG 1996); 52.204-9 Personal Identity Verification Of Contractor Personnel (JAN 2011); 52.216-18 Ordering. (OCT 1995); 52.216-19 Order Limitations. (OCT 1995); 52.216-22 Indefinite Quantity. (OCT 1995); 52.216-31 Time-And-Materials/Labor-Hour Proposal Requirements--Commercial Item Acquisition (FEB 2007); 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013); 52.244-2 Subcontracts (OCT 2010); 52.252-2 Clauses Incorporated By Reference (FEB 1998); 252.204-7000 Disclosure Of Information (AUG 2013);252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.242-7006 Accounting System Administration (FEB 2012) ; 252.245-7001 Tagging, Labeling, And Marking Of Government-Furnished Property (APR 2012); 252.245-7002 Reporting Loss Of Government Property (APR 2012); 252.245-7003 Contractor Property Management System Administration (APR 2012); 252.245-7004 Reporting, Reutilization, And Disposal (MAR 2015); 252.246-7000 Material Inspection And Receiving Report (MAR 2008); 252.247-7022, Representation of Extent of Transportation by Sea, as prescribed in 247.574(a);ACC-APG 5152.237-4900 Accounting For Contract Services Requirement - Enterprise-Wide Contractor Manpower Reporting Application (June 2013); ACC - APG Point Of Contact (APR 2011); APG-ADL-B.5152.204-4412 Contracting Officer's Representative (COR) (DEC 2002); APG-ADL-B.5152.216-4407 Type Of Contract (SEP 1999); APG-ADL-B.5152.216-4416 Authorized Office To Issue Orders (JUL 2004); APG-ADL-C.5152.237-4400 Army Research Laboratory Non-Personal Services (JUL 2012); APG-ADL-D.5152.004-4400 Distribution Statement A; APG-ADL-E.5152.246-4400 Government Inspection And Acceptance (SEP 1999); APG-ADL-F.5152.227-4400 Delivery Of Data Items (APR 2014); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (SEP 1999); APG-ADL-H.5152.211-4401 Receiving Room Requirement - ALC (SEPT 1999); ACC-APG-ADL-H.5152.216-4408 Time And Materials/Ceiling Price (SEP 2014); APG-ADL-H.5152.228-4400 Required Insurance Coverage (AUG 1999); APG-ADL-H.5152.232-4401 Invoicing (AUG 1999); APG-ADL-H.5152.245-4403 Authorization To Use Government Facilities (AUG 1999); APG-ADL-h.5152.246-4401 Key Personnel (FEB 2000); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (JUL 2011); APG-ADL-L.5152.209-4417 Evaluation With Regard To Subcontracting/Teaming Arrangements; APG-ADL-L.5152.215-4425 Hourly Labor Rates; APG-ADL-L.5152.215-4429 Estimated Labor Categories; APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; APG-ADL-L.5152.242-4433 Past Performance Information; APG-ADL-L.5152.253-4414 Material Inspection And Receiving Report (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: Please see attached DD254 for additional security requirements. See attached PWS Annex 1 document for additional information on video production plans. (xvi) Offers are due on 10 September 2015 by 11:59am MST, for instructions see attached ACC-APG Adelphi Local Clauses Full Text document section quote mark Instruction to Offerors quote mark (xvii) For information regarding this solicitation, please contact Nicole Hernandez, (575) 678-4979, nicole.g.hernandez2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa82f91d3575785c1647fd72ea0e6f8e)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03867801-W 20150904/150902235630-aa82f91d3575785c1647fd72ea0e6f8e (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.