|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1998 PSA#2213Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg.
A33, Room 0061, San Diego, CA 92152-5112 T -- PROGRAMMABLE MULTI-MEDIA VIDEO REPRESENTATIONS OF ADVANCED
WARFIGHTING SOL N66001-99-Q-8600 POC Contract Specialist, Mr. Jon
Wester, Code D211, (619) 553-4493. Contracting Officer, Mr. Todd
McKamey, (619) 553-4500. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in the Federal
Acquisition Regulations (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are hereby being requested
and a written solicitation will not be issued. The solicitation number
is N66001-99-Q-8600. The solicitation is being issued as a Request for
Quotations (RFQ). Pursuant to the authority of FAR 13.5, this
acquisition will be conducted using Simplified Acquisition Procedures.
The incorporated FAR and DoD FAR Supplement (DFARS) provisions and
clauses in this RFQ are those versions in effect on the date of
issuance of this RFQ. This procurement is a 100% small business
set-aside. The associated SIC code is 7812 ($21.5M). The award
resultant from this RFQ will be an Indefinite Delivery/Indefinite
Quantity (IDIQ) purchase order with Firm Fixed-Price delivery orders
issued thereof. The purchase order will have an established Maximum
Price to be equal to the awardee's Evaluated Price (formula for which
is detailed below). The Purchase Order will also state a Minimum Price
which will be equal to 10% of the Maximum Price. Contract Line Item
Number (CLIN) 0001: Video production and deliverables in accordance
with Statement of Work. Statement of Work: 1.0 BACKGROUND. The Space
and Naval Warfare Systems Center San Diego (SSC-SD) is the principal
Navy research, development, testing and evaluation center for Command,
Control, Communications, Computers, Intelligence, Surveillance and
Reconnaissance (C4ISR). SSC-SD functions include mission analysis,
assessment of the technology base, concept exploration, basic research,
applied research, demonstration and integration of technology,
development, system engineering and test and evaluation. As part of
this effort, SSC-SD provides for the development and validation of
functions, concepts, tactics/doctrine and operational methodologies
related to incorporation of advanced technology into architectures for
C4ISR systems. To support these efforts SSC-SD has created the Command
Center of the Future (CCOF) facility which is used to portray how
emerging and future technologies will support rapid information
processing, data fusion and command decision-making through highly
advanced C4ISR systems. Through the CCOF, system functions and
requirements for future C4ISR concepts are defined and evaluated. High
level commanders and technologists are brought into the CCOF and,
through the use of vignettes depicting the implementation of advanced
technologies in an operational context, the C4ISR concepts, functions
and requirements are evaluated and validated. SSC-SD has been
developing a complex, multi-mission script as the foundation for the
next round of technology and operational concept evaluations and
validations. 2.0 SCOPE. The scope of this work encompasses production
of a programmable multi-media video representation of advanced
warfighting concepts to understand the effects of advanced technologies
in communication, information management, decision support, human
system interaction and cognition on operations, functions and
requirements for future C4ISR environments. The contractor will develop
a novel, programmable video representation of multiple C4ISR technology
vignettes. The resultant capability will allow SSC-SD to visualize and
analyze the impacts of many evolving technology investments and
programs. 3.0 TECHNICAL REQUIREMENTS. Funding for this research is
expected to come from a number of sources within DOD, including DARPA
and the Office of Naval Research (ONR), with each slanted toward their
specific technology investments. Consequently, the video development
must be performed incrementally. 3.1 Overarching Script Development.
Based on a general scenario description of the future operational
environment and technology vignettes to be incorporated, the contractor
will produce an overarching script for the video that provides the
foundation for the programmable concept. 3.2 Vignette Production. As
funding becomes available, the contractor shall develop
storyboards/flowboards for specified vignette(s) on the basis of
Government supplied operating concepts and technological capabilities.
Graphics, computer animation and digital video concepts will be
developed by the contractor and provided for review. The contractor
shall produce the video based on the vignette including all
post-production work (video editing, master cutting). 3.3 Master Video.
The contractor will provide a final DVD disc of the programmable video
for use in the CCOF facility. 4.0 DELIVERABLES. Deliverables will be
established on each delivery order but will include: motion picture
scripts; storyboards/flowboards; casting tapes for client review and
selection; rough cut review for considerations and changes; graphics
and animation client review; final video edit; DLT master; DVD check
disk; and final DVD discs with appropriate labeling and packaging. The
period of performance of the purchase order will be 12months. Delivery
schedules will be specified on each delivery order. The FAR provision
at 52.212-1 "Instruction to Offerors -- Commercial" applies to this
acquisition. Award will be made to that source whose quote is the most
advantageous to the Government based on (1) the technical approach of
the quoter to fulfill the Statement of Work requirement, (2) past
performance, and (3) evaluated price. Quoters shall provide a price
quote in accordance with the following Evaluated Price formula: labor
hour costs plus applicable indirect costs plus profit plus $400,000 for
materials (materials to include applicable indirect costs plus profit).
Labor hours shall be estimated as follows: Producer -- 600 hrs;
Director -- 320 hrs; Production Manager -- 600 hours;
Designer/Storyboard Artist -- 320 hrs; Cameraman -- 120 hrs; Lighting
Director -- 120 hrs; Gaffer -- 100 hrs; Grip -- 100 hrs; Sound Operator
-- 100 hrs; Production Assistant -- 1280 hrs; Make-up Artist -- 100
hrs; Craft Services -- 120 hrs; Principal Actors -- 640 hrs; Extras --
480 hrs; Video Editor -- 320 hrs; Audio Engineer -- 320 hrs;
Administrative -- 480 hrs; Installation Engineer -- 80 hrs; and
Installation Technician -- 80 hrs. IMPORTANT: Quoters shall also
provide (1) a detailed statement of their technical approach for
fulfilling the requirements of the Statement of Work and (2) a list of
references for past work performed by the quoter that is relevant to
the Statement of Work. The number of references should be between three
and five. Cited references must include organization name, location,
and name of point of contact and telephone number. In addition, quoters
shall provide a completed copy of the FAR provision at 52.212-3 and the
DFARS provision at DFARS 252.212-7000 (both are Offeror's
Representations and Certifications -- Commercial Items) with their
quote. DFARS provisions 252.227-7017 "Identification and Assertion of
Use, Release or Disclosure Restrictions" and 252.227-7028 "Technical
Data or Computer Software Previously Delivered to the Government" are
incorporated by reference in this solicitation. The FAR clause at
52.212-4 "Contract Terms and Conditions -- Commercial Items" and at
52.212-5 "Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items" and the DFARS clause at
252.212-7001 "Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items" apply to this acquisition. The following FAR and
DFARS clauses also apply to this acquisition: 52.203-6 "Restrictions on
Subcontractor Sales to the Government, with Alternate I"; 52.219-8
"Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns"; 52.222-26 "Equal Opportunity"; 52.222-35
"Affirmative Action for Special Disabled and Vietnam Era Veterans";
52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37
"Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era"; 252.225-7001 "Buy American Act and Balance of Payment
Program"; 252.227-7015 "Technical Data -- Commercial Items";
252.227-7025 "Limitations on the Use or Disclosure of
Government-Furnished Information Marked with Restrictive Legends";
252,227-7027 "Deferred Ordering of Technical Data or Computer
Software"; 252.227-7037 "Validation of Restrictive Markings on
Technical Data"; and 252.247-7024 "Notification of Transportation of
Supplies by Sea". Quotes are due by 2:00 p.m. PST on 13 November 1998
at Building TS A33, Room 0061, 53560 Hull Street, San Diego CA 92152.
For information regarding this RFQ contact Jon Wester on (619)553-4493.
Posted 10/29/98 (W-SN266667). (0302) Loren Data Corp. http://www.ld.com (SYN# 0084 19981102\T-0004.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|