Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2021 SAM #7213
SOLICITATION NOTICE

T -- INTERNATIONAL VIDEO FOOTAGE

Notice Date
8/29/2021 6:06:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
OFFICE OF CONTRACTS WASHINGTON DC 20237 USA
 
ZIP Code
20237
 
Solicitation Number
USAGM21RFQ0009
 
Response Due
9/13/2021 6:00:00 AM
 
Archive Date
09/28/2021
 
Point of Contact
Alisa Martine
 
E-Mail Address
amartine@usagm.gov
(amartine@usagm.gov)
 
Description
RFQ: USAGM-21-RFQ-0009 US AGENCY FOR GLOBAL MEDIA VOICE OF AMERICA TELEVISION PROGRAMMING STATEMENT OF WORK INTERNATIONAL VIDEO FOOTAGE Date of Solicitation: August 29, 2021 Date Solicitation Closes: September 13, 2021 Procurement The USAGM conducts this solicitation in accordance with FAR Part 13 for Simplified Acquisition Procedures for Motion Picture and Video Production an industry comprised of establishments primarily engaged in producing, or producing and distributing motion pictures, videos, television programs, or television commercials. This announcement constitutes the only solicitation. No other request for proposals will be issued under this solicitation. Any responsible entity under NAICS code 512110 and or NAICS code 541922 may respond to this notice. The government intends to award a Blanket Purchase Agreement (BPA) contract award as a result of this solicitation. All services under provided under this announcement shall be performed from the entity�s facilities, unless a contract specifies otherwise. This is a new requirement for USAGM. There are no incumbents. . All questions regarding this announcement should be directed to the assigned Contract Specialist -Ms. Alisa Martine at amartine@usagm.gov STATEMENT OF WORK PROFESSIONAL INTERNATIONAL VIDEO FOOTAGE I.��������� INTRODUCTION The U.S. Agency for Global Media (USAGM) is an independent federal agency and the parent organization of Voice of America (VOA). VOA provides trusted and objective news and information in 47 languages to a weekly audience of more than 237 million people around the world. For over 75 years, VOA journalists have told American stories and supplied content that many people cannot get locally: objective news and information about the U.S., their region, and the world.� VOA connects with audiences on five continents showcasing the thoughts and institutions that make America unique. VOA uses broadcast and digital platforms, including web and mobile media to engage viewers, listeners, users, and friends. Radio and television broadcast to approximately 3,000 affiliates, and satellite transmissions reach countries where free speech is banned or where civil society is under threat. VOA�s mobile apps have registered more than one million downloads and cater to users on all major mobile platforms. With the largest audience of all U.S. international media, VOA continues to be a beacon of hope for underserved audiences who yearn for information about freedom of expression, civil society, and change. II.������� BACKGROUND AND OBJECTIVE: The VOA Persian Service, Persian News Network (PNN), has a requirement for a Contractor to provide broadcast-ready video footage/standard rushes depicting daily life and activities shot in various Provinces throughout Iran including Tehran, Alborz, Qazvin, Qom, Mazandaran, Isfahan, Markazi, Hamadan, Gilan, Zajan, Golestan, Lorestan, Kurdistan, Kermanshah, Adabil, Yazd, Razavi Khorasan, Khuzestan, Bushehr, Hormozgan, Sistann, Baluchestan, East Azerbaijan, Fars, and Gilan. The footage will be used to augment PNN news broadcasts, documentaries, and other television programming. VOA intends to award a Blanket Purchase Agreement (BPA) as a result of this solicitation. The award consists of one (1) base year and one (1) option year. Individual call orders will be issued under this contract on a firm fixed price basis. The ordering period of this contract consists of a two (2) year ordering period beginning on or about September 19, 2021 through September 18, 2023. There are no optional periods of performance, other than the Option to Extend Services, in accordance with FAR 52.217-8. III.������ SCOPE: The Contractor shall deliver up to 6,000 minutes (100 hours) of high-definition, broadcast-ready video content (long shot, close shot, general shot, reaction shot, etc.). Each package of video clips must be delivered together with a time-coded log. In addition, the Contractor may be asked to provide interviews/sound bites known as Vox Pop consisting of short interviews with members of the public. A General Vision (GV) will consist of 30 minutes of short clips. Video clips shall be provided, for each of the following location (cities and surrounding areas): Each GV should include as many of the themes/categories listed below where relevant and practicable. To cover the large cities, more GV Units may be required. Up to 100 hours (6,000 minutes) of video and audio footage must be provided during the base period of this award. Footage must fall into the following categories. The examples are not exclusive, and the Government encourages the contractor to expand on the examples provided. City Shots: main squares in all provinces � ground-based and aerial shots, restaurants and cafes, iconic streets, malls and boutiques, etc. Cultural: includes cultural buildings, ceremonies, places such as museums and cultural centers, events, activities, daily routines, hobbies, art, clothing, fashion, jewelry, food, restaurants, cafes, markets (e.g., meat, chicken, fruit market), dining, tourist attractions such as Masal, Kish, Naghshe Jahan, Chabahar, etc. Historical: includes monuments including Hafezieh, Sio-se-Pol, Sa�at SQ in Rasht, archeological sites, historic buildings, historically significant locations, Milad Tower Drone shots, iconic landmarks, etc. Religious: includes places of worship, religious ceremonies, religious relics, shrines, religious leaders, religious issues, religious households, religious studies, etc. Entertainment: includes sporting events and activities, stadiums (aerial shots during matches), film, cinemas, film festivals, music, music halls, concerts, musicians, street musicians, art, exhibits, performances, events, vacation destinations, parks, city life, etc. Economics: includes shopping centers, small shops, street vendors, markets, bazaars, mobile shops, currency exchange shops/street vendors, gold market, goods, home appliances shops, carpet shops, shoe shops, toy-seller shops, computer shops, cosmetic shops, internet, stock exchange, banks, financial institutions, commerce, factories, skyscrapers, economic centers, factories, affluent and deprived areas, real estate and agents, homelessness, urban development, etc. Education: includes universities, colleges, schools, libraries, laboratories, scientific centers, newspaper kiosks, bookshops, etc. Law Enforcement: includes detention centers, prisons, courts of law, police/law enforcement agents and their vehicles, military, vandalism, etc. Political: includes elections, political leaders, government buildings and places, etc. Health: includes health centers, clinics, hospitals, care takers, doctors, nurses, elderly, athletic/physical activity, pharmacies, medicine, gyms, people of different ages and abilities, etc. Transportation/Travel: �includes cars, highways, traffic, gas stations, trains, train stations, public transportation, buses and bus terminals, airplanes, jets, helicopters, airports (e.g., Mehrabad and Imam Khomeini), boats, water vessels, ports, bicycles, mopeds, motorcycles, busy streets, car sales shops, etc.: Environment: includes traffic congestion, pollution and other activities that can negatively affect the environment, recycling, municipal trash collection, weather, parks, animals, agricultural lands (ground and aerial shots), waterways, oceans, rivers, ponds, lakes, forests, fields, scenic areas, national parks, etc. Each shot must be no less than 30 seconds and no longer than 1 minute in duration (i.e. close-up (30 second), medium shot (30 seconds), wide shot (30 seconds), pant/tilt shots (30 seconds) including handle). If requested, the Contractor must deliver interviews or soundbites which include audio and video interviews. Interviews must be between 1 minute and 2 minutes in length. The Contractor must use Steadicam, tripods, or drones. Each shot must include natural sound. The footage will be used for broadcast on the VOA�s PNN. IV.������ TASKS: The Contractor must provide a full range of services to meet VOA�s specifications.� Each shot must be filmed using Broadcast TV standards. The Contractor must provide all personnel in connection with the filming, including but not limited to camera, lighting, and audio personnel, post-production editors, finishing editors, copy editors, and producers sufficient in number and experience to produce each shot. The Contractor must use its own resources, equipment, vehicles, and insurance for all aspects of content production, including but not limited to on-location video production and post-production video editing. The Contractor must secure any and all needed permissions for any elements of music, text, illustrations/graphics, photos, videos, designs, trademarks, or other artwork that are included in each shot. The Contractor must provide a copy of all permissions, releases, and clearances to VOA upon request. The Contractor must be responsible for all associated costs including travel and miscellaneous costs required to deliver the footage described in this Scope of Work. VOA will not pay for any unanticipated travel costs. Visuals must support the content of the topics and may require a variety of shooting locations. Contractor must not register a trademark for any marks, names, logos, or slogans associated with the footage and must agree to fully cooperate with Agency efforts to seek trademark registration, if any. Episodes must be filmed and delivered in high definition (HD). All work provided under this contract must be completed and delivered by the timeframe outlined below. V.������� DELIVERABLES: Up to 6,000 minutes of broadcast-ready footage consisting of a mix of 30-minute GVs and Vox Pop. Each shot must be 30 seconds to 60 seconds in duration resulting in 30 minutes of footage. Each of the GVs must include a time-coded log. Each GV must be delivered in 1 final version with 3 seconds of handle at beginning and end of each clip. Natural sound must be included in all GVs. VI.������ DELIVERY SCHEDULE Deliverable Due Date Government Turnaround Time Delivery of an initial Order of a set number of minutes of a combination of GV and VP broadcast-ready compilations to be identified within the first week of the contract award Within one month after the Order is provided to the Contractor by the COR after contract award. 2 calendar days after receipt Subsequent Orders During the Period of Performance Delivery of 30-minute GV per location as described in instructions by the COR at the time required Within a period of time agreed to between the Contractor and the COR 2 calendar days after receipt Delivery of 15-minute VP per location as described in instructions by the COR at the time required Within a period of time agreed to between the Contractor and the COR 2 calendar days after receipt Footage Submission: During the base period, the Contractor will be expected to submit up to 6,000 minutes of footage comprised of 30-minutes of general vision, and 15-minute Vox Pops broadcast ready compilations. VII.���� CONTRACT TYPE The resultant contract will be awarded on a firm-fixed price basis. All pricing shall be inclusive of all costs to deliver the duration of footage requested. IIX.���� SECURITY REQUIREMENTS: NA Other Unique Requirements and Considerations:� The delivered episodes will adhere to VOA Best Practices Guide and Journalistic Code and those documents are incorporated here by reference.� Confidentiality Requirements:� Contractor will not disclose to any third party (other than its respective employees, in their capacity as such and only on a need-to-know basis), any confidential business information concerning VOA that was acquired or derived in the course of performance. IX.������ PLACE OF PERFORMANCE The primary place of performance will be at the Contractors� facility and at such locations where filming is conducted. X.������� GOVERNMENT FURNISHED EQUIPMENT (GFE) The Government will not provide any Government-Furnished Property. XI.������ ACCEPTANCE All work will be completed in accordance with standard procedures and guidelines provided orally or in writing by the COR who will be appointed at the time of award. Submissions should be made using standard business software used by VOA, such as Excel, MS Word, and/or PowerPoint (See deliverables). All deliverables will be sent to the COR and/or designated Government official. All deliverables submitted during a billing cycle should be listed on the invoice. Delivery method will vary depending on the deliverable, options including: Email as preferred delivery method for texts, scripts and any project correspondence. Email or any digital file transfer service for downloads over the internet as preferred delivery method for low resolution draft/intermediate videos Upload to VOA Persian Service�s Frame IO account (file sharing system). Vendor must retain a backup copy on SSD drive in the event that files must be physically mailed via FedEx or UPS. If deliver is required, tracking information must be provided. VOA reserves the right to reject, edit, and adjust any submitted video. XII.���� PERIOD OF PERFORMANCE The base period will commence on or about September 19, 2021 through September 18, 2023. XIII.��� INVOICING: 1952.232-91 Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April 2016) Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Platform System (IPP).�� ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), ""Payment documentation and process"" and the applicable Prompt Payment clause included in this contract.� The IPP website address is: https://www.ipp.gov XIV.��� INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS: Offerors shall submit quote(s) by 9:00AM EDT on Monday, September 13, 2021 via email to amartine@usagm.gov The subject of the email should include the RFQ Number [#]. There will be no exception to the time and date on which quote(s) are due, unless determined otherwise by the Government. The Volume II. Price Proposal shall be submitted separate from the Volume I. Technical and Past Performance. Questions or Clarifications: All questions regarding the RFQ shall be submitted via email to amartine@usagm.gov no later than 12:00 NOON on Friday, September 3, 2021. Please reference the RFQ number on the subject line of email communications. XV.���� PROPOSAL PREPARATION: Offerors must provide two volumes as part of Quote submission: Volume I: Technical/Past Performance 1) Technical Proposal (maximum of 11 pages): a. Cover Letter (does not count towards the page limit) DUNS number and TIN; Company name, mailing address, and website address Socio-economic status as validated by the System for Award Management (SAM). All offerors must register in SAM located at https://www.sam.gov/ Company Point of Contact, Phone, and Email address Description of the Offeror�s concept for the footage, offeror format is acceptable. For example, provide a metered, storyboard layout of the concept. A proposed schedule for delivering the total 6,000 minutes (100 hours) of footage during the base period and subsequent period. 2) Past Performance (maximum of 9 pages): Provide three (3) past performance examples on similar projects performed during the last five (5) years from the date of this solicitation, that are similar in complexity and scope to the work described in the SOW. Past performance of any relevant subcontractors will be considered as one of the three examples. In each of the past performance examples, provide the following information: Name of Project Customer Period of Performance Number of Episodes Summary of the work performed To the extent past performance examples or references are not available, the Government will provide a neutral rating for this factor.� Volume II: Offeror shall provide fully burdened fixed unit prices and extended prices per GV and VP by location, using the quantities provided in the pricing schedule above.� Firm-fixed price per GV shall be inclusive of any/all travel costs; filming and post-production costs to deliver broadcast-ready footage to USAGM. Offerors are advised that the Government will not pay for costs incurred for preparation and submission of a proposal, demonstration materials, or attendance to meetings as a result of this solicitation. There shall be no assumptions which have cost/price implications outside of the quoted FFP. The Price quote shall be submitted in an email separate from the Technical and Past Performance� XVI.��� EVALUATION FACTORS: Volume I: Technical/Past Performance 1) The Government will evaluate whether all required information was provided.� Further, the Government will evaluate the extent to which the description of the Offeror�s concept for the footage addresses all requirements of the SOW and that it is technically acceptable. 2) The Government will evaluate the extent to which the past performance examples on similar projects performed during the last five (5) years from the date of this solicitation as to whether they are recent and relevant (i.e., are similar in complexity and scope to the work described in the SOW) and quality of the work performed in the examples. Past performance of any relevant subcontractors will be considered as one of the three examples. Volume II:� The Government will evaluate the fixed prices for completeness against the SOW requirements and reasonableness. The Government will evaluate whether there are any assumptions with cost/price implications outside of the quoted FFP.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d52230b465a844ae864b5b5eb4056325/view)
 
Place of Performance
Address: Washington, DC 20237, USA
Zip Code: 20237
Country: USA
 
Record
SN06115154-F 20210831/210829230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.