Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1998 PSA#2213

Bid 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