SOURCES SOUGHT
T -- Training Video Production
- Notice Date
- 1/31/2025 1:16:55 PM
- Notice Type
- Sources Sought
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PANMCC25P0000007781
- Response Due
- 2/10/2025 6:00:00 AM
- Archive Date
- 02/25/2025
- Point of Contact
- Carolina Banks, Phone: 703-806-8884, Gwendolyn Bridges
- E-Mail Address
-
carolina.d.banks.civ@army.mil, gwendolyn.bridges5.civ@army.mil
(carolina.d.banks.civ@army.mil, gwendolyn.bridges5.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to procure Synchronized Onboarding Training for existing training modules. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 512110, Motion Picture and Video Production with a size standard of $40.0M. Provide information if on the WOSB Program NAICS Codes Listing dated 1 October 2022. A need is anticipated, and The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to update/refresh Training modules for �Welcome to the Acquisition Workforce� Army Training Information System, (ATIS) and produce professional broadcast quality video productions for the United States Army Acquisition Support Center (USAASC), as defined in attached Performance Work Statement. except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. A contractual agreement of a base year plus two (2) option years in support of U.S. Army Acquisition Support Center (USAASC) Director, Acquisition Career Management Office Integrated Product Team (IPT) who serve at the discretion of the Military District of Washington MDW. The U.S. Army Acquisition Support Center is a Direct Reporting Unit of the Assistant Secretary of the Army for Acquisition, Logistics, and Technology and is responsible for providing oversight of the Army Acquisition Corps (AAC) and the 40,000 + strong Army Acquisition Workforce. USAASC supports the program executive offices in the areas of human resources, resource management (manpower and budget), program structure, and acquisition information management. USAASC�s commitment to acquisitions excellence and innovation across the workforce builds readiness, providing Soldiers with what they need to be successful. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Carolina D Banks at carolina.d.banks.civ@army.mil with a courtesy copy (cc) to Gwendolyn Bridges, gwendolyn.bridges5.civ@army.mil at no cost to or obligation to the Government no later than Monday, 10 February 2025 at 9:00 a.m. EDT (Fort Belvoir local time). In response to this source sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, and the corresponding NAICS code and company size standard. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications to acquiring the identified items/services. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above no later than Monday, 10 February 2025 at 9:00 a.m. EDT (Fort Belvoir local time). The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7d3bdca013c4185908e1ea50b752b93/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07329741-F 20250202/250131230113 (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 |