SPECIAL NOTICE
76 -- Notice of Intent to Award Sole Source - Photographic and Video Images
- Notice Date
- 12/20/2023 8:57:42 AM
- Notice Type
- Special Notice
- NAICS
- 516210
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Response Due
- 12/22/2023 3:00:00 PM
- Archive Date
- 01/06/2024
- Point of Contact
- Jennifer Flores, Dorothy Howe
- E-Mail Address
-
jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil
(jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The 773d Enterprise Sourcing Squadron (773 ESS) intends to award a Firm-Fixed-Price (FFP) purchase order to a single source, Getty Images (US) Inc,.under the authority of FAR 13.106-1(b)(2) (only one source reasonably available) on or about 29 December 2023. The period of performance (PoP) shall be: 30 December 2023 to 29 December 2024 � Base Year 30 December 2024 to 29 December 2025 � Option Year 1 30 December 2025 to 29 December 2026 � Option Year 2 30 December 2026 to 29 December 2027 � Option Year 3 PSC: �7630 NAICS: �516210 Small Business Size Standard: �$47 million Subscription Photographic and Video Images Subscription Supplier Getty Images (US) Inc. Product Description: The Department of the Air Force Library (DAFL) Program has a requirement for an image subscription provider that can provide access to copyrighted/royalty free photographic and video images to support 80 Department of the Air Force facilities in their advertisements and other media needs. This provider must be able to provide photos/images and videos/b-roll footage with royalty free rights and clearances to use in marketing advertisements created by DAF Library and Marketing Programs to be displayed in various locations and used in circulated marketing resources.� Images offered should not just be stock studio advertisement photos/images but also creative, real time, everyday life moments in photos/images. Product Characteristics an Equal Item Must Meet to Be Considered The product characteristics are listed below: 1.� Must be able to offer the legal photo guarantee. 2.� Custom content and special commissions available 3.� Must be able to provide over photos/images with royalty free rights and clearances to use in marketing advertisements 4.� Must be able to provide videos/b-roll footage with royalty free rights and clearances to use in marketing advertisements 5.� Provide access to copy photographic and video images to support 80 Air Force bases located in the U.S and overseas in their circulated marketing resources 6.� No seat license requirement per location/base 7.� Integrated workflow that enables hi-res images to be placed directly into comps 8.� Allow DAF Library and Marketing Programs to display in various locations and use in circulated marketing resources. 9.� Included in the subscription will be free tools and templates for usage in marketing advertisements. 10.� Image collection will include historical, archival images and videos, content from Lonely Planet, BBC, Time Life, sports events. etc 11.� Images offered should not just be stock studio advertisement photos/images but also creative, real time, everyday life moments in photos/images. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received by 22 December 2023, 4:00 PM, CST for this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. �If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. �A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. � Contractors Should Be Aware of the Following Information: 1. �Contractors MUST include the following information: a.� Points of contact, addresses, email addresses, phone numbers. b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please�note that size indicated should be based on the NAICS code for this effort listed above. c. Identification of any other socioeconomic status including Women-Owned Small�Business, Economically Disadvantaged Small Business, 8(a), Service-Disabled Veteran�Owned Small Business, Veteran Owned Small Business or HUBZone. d. Company CAGE Code and UEI. � 2. �If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. �Responses must address how the alternate product meets the product characteristics specified above. 3. �Submitted information shall be UNCLASSIFIED. 4. �Responses are limited to 10 pages in a Microsoft Word or PDF compatible format. Responses shall be e-mailed to Contracting Specialist: Jennifer Flores at jennifer.flores.21@us.af.mil no later than 22 December 2023 at 4:00�PM CST. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/894aeb8cb4cf4f868bdec49f47bbafeb/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06918131-F 20231222/231220230043 (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 |