SOLICITATION NOTICE
T -- Media Production Services-Natural Resources - Combined/Synopsis Solicitation
- Notice Date
- 6/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Tennessee State Office, 675 U.S. Courthouse, 801 Broadway, Nashville, Tennessee, 37203-3878
- ZIP Code
- 37203-3878
- Solicitation Number
- AG-4741-S-15-0014
- Archive Date
- 7/17/2015
- Point of Contact
- Nancy W. Harris,
- E-Mail Address
-
nancy.harris@tn.usda.gov
(nancy.harris@tn.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation (i) 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 USDA, Natural Resources Conservation Service in Tennessee is soliciting and plans to award one (1) firm fixed price indefinite-delivery service contract for media production services to meet the requirements of the Statement of Work (SOW) that is included with this solicitation. Solicitation number AG-4741-S-15-0014 is being issued as a Request For Proposal (RFP) and the acquisition procedures at FAR Parts 12 is being utilized. A requirements type indefinite - delivery contract as defined by FAR 16.503, to include a base period of one year from the date of the award and four option years is contemplated. The work is to be performed at various locations within the State of Tennessee. The Government plans to make award without negotiations. The estimated commencement date is July 6, 2015 and the estimated completion date is September 30, 2015 for the base period. Services include labor and supervision necessary to create and produce media products and plan and deploy those products to meetings and the World Wide Web as required. Experience in media creation and production and a knowledge of the Agency and its partners is required. The objective of this effort will be to document activities of the agency and present media products to NRCS partners and the public. The Government reserves the right to make no award and will not be liable for any costs incurred in response to this Request for Proposals (RFP). The Government will evaluate offers in accordance with the evaluation factors set forth in this RFP. The information provided shall be concise, specific and complete, and shall demonstrate a thorough understanding of the requirements of this RFP. Responses are due by 1:00 p.m., Central Time, July 2, 2015 at USDA, Natural Resources Conservation Service (NRCS) (Attn: Nancy Harris), 675 U.S. Courthouse, 801 Broadway, Nashville, Tennessee 37203. PROPOSALS MAY BE SUBMITTED VIA E-MAIL TO nancy.harris@tn.usda.gov. Contact Nancy Harris, Contracting Officer, via telephone at (615) 277-2543 or by email at nancy.harris@tn.usda.gov for information regarding the solicitation. (iii) This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-82 effective June 8, 2015. The Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions referenced in this solicitation can be found respectively in full text format at www.acquisition.gov and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf. (iv) This requirement is a 100% SMALL BUSINESS SET-ASIDE. The North American Classification System (NAICS) Code is 512110, and the small business size standard is $29.5 million. Only proposals from small businesses will be considered. A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. Size standards are the average annual receipts of a firm. How to calculate average annual receipts of a firm can be found in 13 CFR 121.104. For more information on these size standards, please visit http://www.sba.gov/size. (v) Contract Line Item Numbers (CLINs) Pricing must be provided for the base period and the option periods. The base period will start the date of award and will be until September 30, 2015. The current estimated award date is July 6, 2015. All dates below are based on this estimate. The actual dates in the contract award document will be based upon the actual award date. Because a requirements type contract is contemplated 16.503(a)(1) states that "For the information of offerors and Contractors, the Contracting Officer shall state a realistic estimated total quantity in the solicitation and resulting contract. This estimate is not a representation to an offer or Contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The Contracting Officer may obtain the estimate from records of previous requirements and consumption, or by other means, and should base the estimate on the most current information available." The current overall annual amount of estimated hours needed is 300 in the Base Period and 600 in each Option Period. As delivery requirements are defined firm fixed-price task orders will be issued based on the rates provided in the contract and the number of hours needed. Base Period (Date of Award - 09/30/2015) CLIN Description UOM Unit Price 0001 Media Specialist HR tiny_mce_marker______ Option Period 1 (10/01/2015 - 09/30/2016) CLIN Description UOM Unit Price 0002 Media Specialist HR tiny_mce_marker______ Option Period 2 (10/01/2016 - 09/30/2017) CLIN Description UOM Unit Price 0003 Media Specialist HR tiny_mce_marker______ Option Period 3 (10/01/2017 - 09/30/2018) CLIN Description UOM Unit Price 0004 Media Specialist HR tiny_mce_marker______ Option Period 4 (10/01/2018 - 09/30/2019) CLIN Description UOM Unit Price 0005 Media Specialist HR tiny_mce_marker______ (vi) Description of Requirements: The Natural Resources Conservation Service (NRCS) requires the services of a media specialist who has thorough knowledge of and experience in the activities of the NRCS to prepare various audio, video and print media products and assist during the presentation of those products during agency and partner conventions and events and on the internet. This service will require the ability to expertly complete the planning and execution of product development and deployment and have a thorough understanding of the NRCS mission. In depth prior experience working with NRCS partners is required for this position to be able perform the duties required. Other duties include working as a member of State level team responsible for providing media products and on-site execution to support deployment. The major objective of this effort will be to complete products and provide those products as required. Position will provide skills that are not available on-staff. Task orders will be placed with the awarded contractor for requirements as needed. (vii) Date(s) and Place(s) of Delivery and Acceptance. The delivery location and place of performance will be the NRCS State Office in Nashville, Tennessee and video production facilities at the NRCS Office in Gallatin, Tennessee. The period of performance will vary for each task order and will be specified therein. Delivery and acceptance will occur at the NRCS State Office in Nashville, Tennessee. Invoices will be approved by the Contracting Officer at the NRCS Tennessee State Office. Equipment: The Government will furnish the use of an office, Government computers, office supplies, a vehicle and other equipment necessary to accomplish the work. SPECIFIC TASKS: • Work with Agency staff, private landowners or producers and partners to schedule field work as required to complete pre-production media materials in a timely way. • Ability to identify, assess, and help choose locations for shooting; • Camera work in high definition (video) or high resolution (photography); • Ability to produce original graphics and layout; • Ability manage and coordinate post-production methodologies including voice-over and background music to create professional products. • Manage production of video, audio, and visual products to highlight NRCS and partner activities. • Plan the contents of media products to highlight NRCS and partner programs and initiatives. • Be an expert in the use of Final Cut Pro video editing software on an Apple computer and Adobe Creative Suite products including Photoshop for post-production. • Assist in the deployment, setup, and teardown of all presentation equipment. • Produce large audience presentations as required. KEY PERSONNEL QUALIFICATIONS: The contractor must be able to perform media services that meet the following qualifications: • The contractor must be experienced in all phases of video, audio and print production. • The contractor must demonstrate knowledge of convention planning and exhibit deployment. • The contractor must provide leadership in all phases of product distribution including event planning and deployment, and broadcast media and electronic venues. • Experience in the state of Tennessee • Knowledge of NRCS partner relationships. • Have a valid driver's license. To be qualified for this contract, the contractor assigned to complete video creation and production tasks and event planning tasks will have the basic eligibility requirements for this contract: Five years of experience as a Media Specialist. PAYMENT - "Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform System (IPP) or the Contractor must be willing to accept payment by Government purchase card. The Contractor must use the IPP website (https://www.ipp.gov ) to register, access, and use IPP for submitting invoices. Contractor assistance with enrollment can be obtained by calling (866) 973-3131. Invoices submitted by means other than IPP will not be accepted unless the Contracting Officer authorizes alternate procedures in writing. Payment will be made in accordance with the Federal Acquisition Regulations (FAR) Clause 52.232.25, Prompt Payment. Payments will be directly deposited into the contractor's account. Invoices shall be submitted every 30 days and shall include the following: (a) Name and address of the Contractor. (b) Invoice date and invoice number. (The Contractor should date invoices as close as possible to the date of the mailing or transmission.) (c) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (e) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (f) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. Estimated Performance Period: July 6, 2015 - October 15, 2015 Place of Performance: The work will be performed NRCS State Office in Nashville, Tennessee and the video production facilities at the NRCS Office in Gallatin, Tennessee. Estimated Price Range: The estimated government price range for this project for the base period and all option periods is between $100,000- $250,000. SOURCE SELECTION PROCESS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most technically acceptable and the overall Best Value to the Government, price and other factors considered. Award shall be made upon evaluation and determination of a fair and reasonable price. The following factors shall be used to evaluate offers: 1. Price 2. Technical capability 3. Past experience working with NRCS and NRCS partners The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 1. System for Award Management (SAM) Registration In order to comply with the Debt Collection Improvement Act of 1996, all Contractors must be registered in the System for Award Management, or SAM (formerly Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA)) prior to award of a Federal Contract. However, due to the need to promptly award a contract after receipt of proposals, registration in SAM, to include completion of the Representations and Certifications, and having a status of "Active" is required BEFORE submitting an offer. For information regarding registration visit www.sam.gov. A DUNS number is required to register in SAM. 2. Technical Proposal and Past Performance Information Offerors should submit a written narrative that thoroughly addresses the two (2) non-price evaluation factors listed in Section (ix) below. The narrative should be supported by evidence that gives credibility to the statements made by the offeror and in turn gives the Government enough information to understand and gain confidence in what the offeror is stating. There is no limit on the length of the narrative, but it should be of a reasonable length and well supported. All text must be legible and easily read. All text shall be typed single-spaced with 1-inch margins. Elaborate proposals are not necessary. 3. Price Proposal Submit a price for the hourly rate for the base and each option period on the Bid Schedule that is included. 4. Certification at FAR 52.209-7 Information Regarding Responsibility Matters and the Certification at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. The offeror must complete the two certifications by reading and checking the appropriate box(s). A copy of the text of the two provisions can be found in Section (xiii) below and as a separate attachment to this notice. Complete the certification using the attachment related to this notice. 5. Copies of Proposal Only one copy of the proposal technical/past performance and price proposal (bid schedule) is required to be submitted. Also include the certifications referenced in paragraph 4 above. Offers can be submitted by mail, fax or email (scanned documents). If the document is faxed the offeror must call or send an email the Contracting Officer and received affirmative confirmation that the proposal was received. The Contracting Officer‘s Fax number is 855-591-1285. FAR provision 52.212-2 Evaluation-Commercial Items applies to this acquisition. (ix) FAR provision 52.212-2, Evaluation-Commercial Items applies to this solicitation and is completed as follows. (a) 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 tradeoff process evaluation methodology will be followed. The Contractor's response to the following factors in descending order of importance will be used to evaluate offers. The factors describe the qualities that are delivered. SELECTION CRITERIA - The following factors shall be used to evaluate offers: (1) FACTOR 1 - Technical Capability (Prior Experience and Management of Similar Requirements) Instructions to Offeror - Submit a well-defined approach to successfully accomplish the work described in the statement of work. Define how work will be accomplished. Evaluation Criteria - The contractor will require the ability to create and produce high quality video and audio media, that reflects the mission of the agency. FACTOR 2 - Technical/ Past Performance Instructions to offeror: Include descriptions of similar project experience in Tennessee and/or surrounding states. Past performance information is one indicator of an offeror's ability to perform the contract successfully. Evaluation Criteria - Past Performance will be evaluated as Acceptable or Not Acceptable. The offeror shall submit three past performance references to support its ability to meet the Government's objectives. The offeror's similar experience will also be evaluated based on demonstrated commitment to customer satisfaction and timely delivery of quality services. In accordance with the table below, an offeror's past performance shall be rated Acceptable, Unacceptable or Unknown. For offerors without a record of relevant past performance, or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonable assigned, the offeror shall not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have Unknown past performance. In the context of acceptability/unacceptability, Unknown shall be considered Acceptable. Past Performance will be rated according to the following table below. Rating Acceptable Description Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. The technical factors and past performance, when combined, are significantly more important when compared to price. FACTOR 3 - Price Instructions to Offeror: Offeror should complete Pricing Sheet for the Base Period and Option Periods. Evaluation Criteria - To evaluate offers for award purposes, the Government will apply the offeror's proposed fixed-prices/rates to the estimated needs for the first year. These prices will be evaluated to determine reasonableness of the price. A comparison of the proposed prices, government estimate, and/or market values will be used. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items. (MAR 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of provision) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). X __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). X __ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X __ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). X __ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). X __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). X __ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). X __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X __ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). X __ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). X __ (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). X __ (44) 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). X __ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). X __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). _X_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). his Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Public Affairs Specialist GS-1035 - 12 $45.74/h X __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(E.O. 13658). 52.209-7 Information Regarding Responsibility Matters. AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) AGAR 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addenda also apply. SUBMISSION OF PROPOSALS: Proposals are due no later than 1:00 p.m. Central Time on Thursday, July 2, 2015. They may be submitted by email, mail, fax, UPS, Federal Express or may be hand-delivered to Nancy Harris at either the following email address: nancy.harris@tn.usda.gov or the following mailing address: USDA-NRCS ATTN: NANCY HARRIS, Contracting Officer 675 U.S. Courthouse, 801 Broadway Nashville, Tennessee 37203 Proposals must include the following: 1. The completed bid schedule. 2. Technical Proposal and Past Performance Information 3. Certification at FAR 52.209-7 Information Regarding Responsibility Matters and the Certification at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 4. Proof of "Active" registration in SAM.gov. 5. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212- 3(b) for those representations and certifications that the offeror shall complete electronically); 6. Acknowledgment of Solicitation Amendments, if any. Offerors may contact Nancy Harris at 615-277-2543 regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/TNSO/AG-4741-S-15-0014/listing.html)
- Place of Performance
- Address: Gallatin USDA Service Center and various locations across Tennessee, Tennessee, United States
- Record
- SN03773461-W 20150625/150623235433-bc5d4b92d255dacd5ab3f33bd4942656 (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 |