MODIFICATION
R -- Professional Audio and Video Services
- Notice Date
- 6/25/2007
- Notice Type
- Modification
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894, UNITED STATES
- ZIP Code
- 20894
- Solicitation Number
- 07-136-CYC
- Response Due
- 7/9/2007
- Archive Date
- 7/24/2007
- Point of Contact
- Cara Calimano, Contract Specialist, Phone 301 496-6127, Fax 301 402-8169, - Karen Riggs, Contracting Officer, Phone 301 496-6546, Fax 301 402-0642,
- E-Mail Address
-
CalimaC@mail.nlm.nih.gov, kr33v@nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- ***This modification 0001 is issued to direct all interested parties to the RFQ, Statement of Work, Terms and Conditions, Reps and Certs, and the Addendum. The information will be posted on or about June 25, 2007. The website is http://www.nlm.nih.gov/oam/oam.html*** This is a combined synopsis/solicitation for Commercial Services/Supplies prepared in accordance with the format in FAR 12.6 as supplemented with additional information contained in this notice. The North American Industrial Classification Code is 541990 and it has a size standard of $6.5 million that applies to this announcement. The Audiovisual Program Development Branch (APDB), Lister Hill National Center for Biomedical Communications (LHNCBC), provides audio and video technical and developmental support for NLM?s research, documentation, presentation and information programs. Due to 1) rapid technological advancements in these fields, particularly with regard to digital technologies, 2) the diversity of support required, and 3) the increasing number of video-based projects undertaken throughout the NLM, cost-effective and timely assistance is required to meet the NLM?s support requirements. The purpose of this requirement is to obtain professional, contracted audio and video programmatic and technical services to augment the capabilities of APDB?s in-house audio and video personnel, equipment and facilities. APDB anticipates making multiple purchase order awards. It is anticipated that multiple awards will be issued for this requirement. The contractors awarded this requirement will be determined by the overall technical evaluation scores being paramount. Funding and utilization of purchase orders issued to selected contractors is contingent upon NLM project requirements. The awards will be for a base period of one (1) year with four (4) successive one-year option periods. Contractors may propose to provide all of any combination of the following services. Proposals must clearly specify the services being offered: (1) Videotape Duplication and Video Editing, including Videotape Stock, as needed; (2) Onsite Make-up, Talent, Costuming, and Props; Equipment Rental; and Field Production Crew; (3) Computer Graphics and Imaging for Video; (4) Transcription Services; and Paymaster Services for Video Professionals and Production/Technical Personnel; (5) Program Content Research, Analysis, and Documentation; (6) DVD Design, Authoring, Premastering, and Mastering; Animation; Video Compression and Encoding. Criteria Requirement: (A) 4.1 Experience and Technical Capabilities - 65%: (1) Describe physical facilities and major A/V analog and digital equipment systems (makes, models, quantity) if pertinent to your proposal; (2)List salient areas of expertise, special capabilities, and proprietary processes or methods; (3) Provide resumes of all your proposed personnel. (B) 4.2 Other Operational Factors - 10% 1. Discuss response-time when called and asked to provide services; turnaround time for the different types of services you propose to provide; and pickup/delivery policies that apply to these services (e.g., when NLM requests 50 dubs of a master tape, or turnaround time for processing a ?paymaster? invoice); 2. Describe your quality control program. (C) 4.3 Past Performance - 20% 1. Provide references for three current (within the last 3 years) clients. Include: 1) Name and address of each company 2) Name and phone number of a contact person 2. Provide evidence that your organization has a minimum of 5 years experience in the services being proposed. (D) 4.4 Other Business Factors - 5% 1. Explain when and how ?rush? and ?overtime? charges are applied; 2. Provide a scannable sample invoice with the following information on it: 1) P.O.#: HHSN276-2007-12345Q 2) NLM Job#: 500 3. Provide your company?s Internet URL and name, phone number, and the email address of the contact person for your proposal. Vendor shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): htm://www.amet.gov/far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212-1, Instructions to Offerors Commercial Items (September 2006). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications Commercial Items (November 2006). The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (February 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2007). Companies interested in providing a response to this requirement should download the attached Request for Quotation (RFQ). All proposals received within 15 days from the date of publication of the synopsis will be considered by NLM. Responses must be submitted electronically via email by 12:00 noon (Eastern Standard Time) on July 9, 2007, and must include pricing information and meet the criteria requirement. In addition to the electronic copy, four (4) original hard copies shall be provided to the address referenced within the RFQ. All responses and responsible sources will be considered. FACSIMILES WILL NOT BE ACCEPTABLE. Inquires regarding this procurement may be made to Cara Calimano, Contract Specialist, (301)496-6546 or cc436e@nih.gov or Karen Riggs, Contracting Officer, (301)496-6546. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/OAM/07-136-CYC/listing.html)
- Place of Performance
- Address: 8600 Rockville Pike Bethesda, Maryland
- Zip Code: 20894
- Country: UNITED STATES
- Zip Code: 20894
- Record
- SN01327609-F 20070627/070625222253 (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 |