|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BJ T -- HIGH QUALITY 8 TO 10 MINUTE SURROUND SOUND VIDEOS SOL
9-BJ-45-0-1P DUE 040700 POC Ludolf R. Ingwersen, Jr., Contracting
Officer, Phone (281) 483-4177, Fax (281) 244-8452, Email
ludolf.r.ingwersen1@jsc.nasa.gov -- Jack L. Colopy, Contract
Specialist, Phone (281) 483-0370, Fax (281) 244-8452, Email
jack.l.colopy1@jsc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BJ-45-0-1P. E-MAIL: Ludolf R. Ingwersen, Jr.,
ludolf.r.ingwersen1@jsc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; offers are being requested and a written
solicitation will not be issued. This notice is being issued as a
Request for Offer (RFO)for the following: NASA/Johnson Space Center has
a 53 foot technology display/exhibit trailer that it is desirous of
procuring custom produced high quality dramatically entertaining
surround sound videos for display in the theatre portion of the
trailer. The finished videos will have an average running time of 9
minutes duration of Space Program related subject matters. Video's must
strongly capture viewer's interest through excellent script writing,
filming quality, editing quality and effective use of surround sound.
The resulting contract will be priced on a firm fixed price per video
basis, and as such, the contractor's proposed price shall be a per
video price and shall include all efforts necessary to complete and
deliver to JSC/HA high quality video products. Therefore, in submitting
a per video firm fixed price quote contractor's should factor in
amounts for all Pre production efforts such as Research, Scriptwriting,
Administration costs, and any other preproduction tasks. Contractors
should also consider and include in their offers money to cover all
location production costs, as well as, 5.1 digital Surround Sound
requirements, Voice Over production, Avid Non-Linear Digital
Post-Production, DVD-R Authoring/Duplication and Miscellaneous
Production Expenses/Travel. Again, the resulting contract will be a
firm fixed priced one, based on a single per video fixed price from the
successful contractor. The contract will be structured as an Indefinite
Delivery Indefinite Quantity type contract against which the government
may place specific subject matter delivery orders for videos under the
framework of the basic contract. The provisions and clauses in the RFO
are those in effect through FAC 97-15. This procurement is a total
small business set-aside. See Note 1. The SIC code and the small
business size standard for this procurement are SIC CODE 7812 AND
REVENUE $21.5M per year respectively. The offeror shall state in their
offer their size status for this procurement. All qualified
responsible business sources may submit an offer which shall be
considered by the agency. Delivery to JSC is required within 120 days
after receipt of Delivery Order. Delivery shall be FOB Destination. The
DPAS rating for this procurement is DO-C9. Offers for the items(s)
described above are due by 04 April 2000 to NASA/Johnson Space Center,
attn: L. R. Ingwersen/HA, 2101 NASA Road One, Houston, TX 77058 and
must include, solicitation number, FOB destination to this Center,
proposed delivery schedule, discount/payment terms, warranty duration
(if applicable), taxpayer identification number (TIN), identification
of any special commercial terms, and be signed by an authorized company
representative. Offerors are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit an offer.
Offerors shall provide the information required by FAR 52.212-1. If the
end product(s) offered is other than domestic end product(s) as defined
in the clause entitled "Buy American Act -- Supplies," the offeror
shall so state and shall list the country of origin. FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference: 52.203-6, 52.219-8, 52.219-9,
52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-44,
52.222-47. The FAR may be obtained via the Internet at URL:
http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions
regarding this acquisition must be submitted in writing no later than
10 March 2000. Award will be based upon overall best value to the
Government, with consideration given to the factors of proposed
technical merits, price, and past performance; other critical
requirements (i.e., delivery) if so stated in the solicitation will
also be considered. Unless otherwise stated in the solicitation, for
selection purposes, technical, price, and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer. (SEE FAR
52.212-1(b)). Offerors shall submit to JSC with their offers two
video's on which the offeror was the producing prime contractor. NASA
will review these videos as part of its consideration of the offeror's
technical abilities. After NASA's use the videos will not be returned
to the submitting offerors. Offerors must include completed copies of
the provision at 52.212-3, Offeror Representations and Certifications
-- Commercial Items with their offer. These may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/
. These representations and certifications will be incorporated by
reference in any resultant contract. An ombudsman has been appointed --
See Internet Note "B". Prospective offerors shall notify this office of
their intent to submit an offer. It is the offeror's responsibility to
monitor the following Internet site for the release of solicitation
amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 Potential
offerors will be responsible for downloading their own copy of this
combination synopsis/solicitation and amendments (if any). See Note(s)
CBD Net Numbered Notes #1,25, and NASA-Specific Numbered Note A and B.
Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 02/16/00
(D-SN426130). (0047) Loren Data Corp. http://www.ld.com (SYN# 0114 20000218\T-0006.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|