Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2015 FBO #4965
SOURCES SOUGHT

T -- ONLINE DIGITAL MULTIMEDIA ACCESS MARKETPLACE

Notice Date
6/26/2015
 
Notice Type
Sources Sought
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-FY15-0020
 
Archive Date
7/28/2015
 
Point of Contact
Valerie N. McKinney, Phone: 3012226540
 
E-Mail Address
valerie.n.mckinney.civ@mail.mil
(valerie.n.mckinney.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Media Activity (DMA) is seeking authorized sources to provide a mass web database (at least 4 million editable files) of instant downloadable supporting code templates, design templates, after effects templates, web elements, 3D models and textures, flash files, players and animations, as well as stock footage and photography for use as our primary source of supporting elements in all of DMA Production's products. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - East 6700 Taylor Avenue Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Media Activity Department of Defense Production is seeking sources to provide a mass web database (at least 4 million editable files) of instant downloadable supporting code templates, design templates, after effects templates, web elements, 3D models and textures, flash files, players and animations, as well as stock footage for use in DoD Production broadcast, web, multimedia and design projects. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: N/A. New Requirement Contract Type: Firm Fixed-Price Incumbent and their size: N/A Method of previous acquisition: N/A Provide Brief description of the current program/effort: This requirement will replace DMA's DoD Production multimedia assets catalog and will support web and multimedia elements for all Defense Media Activity, DoD production products and services. List Anticipated Time Frame: One Year from DOA, plus 4 option years. List Place of Performance: NA REQUIRED CAPABILITIES: 24/7 instant access to the following: (1) Royalty free stock photography and video. (2) Responsive web themes and templates for Wordpress, Joomla, Drupal, Magento and custom content management systems. (3) Sliders, plugins, scripts and code for Wordpress, PHP, Javascript, HTML5, Bootstrap, iOS and Android. (4) Motion graphics and editable templates for After Effects and Apple motion as well as customizable logos, intros and broadcast themes. (5) Royalty free music and sound effects for film, trailers, promos, podcasts and broadcast products. (6) Customizable flyers, resumes, logos, banners, illustrations, icon, web elements and graphic templates. (7) 3D projects and models including textures, materials, base meshes, plugins and unlocked, projects with royalty free use. (8) Flash and unity 3D projects with video players, music players, image galleries and animations. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North 512110 with the corresponding size standard of $32.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Vendors who wish to respond to this should send responses via email NLT 13 JULY, 10 AM Eastern Daylight Time (EDT) to valerie.n.mckinney.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/178c3e555065461743eba6f20f08ab6f)
 
Place of Performance
Address: DEFENSE MEDIA ACTIVITY, FORT MEADE, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03778739-W 20150628/150626235623-178c3e555065461743eba6f20f08ab6f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.