Skip to main content

An official website of the United States government

You have 2 new alerts

Video Production and Video Streaming Services Base IDIQ Contract

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jul 08, 2022 12:01 pm MDT
  • Original Published Date: Jun 21, 2022 01:24 pm MDT
  • Updated Date Offers Due: Jul 25, 2022 11:59 am MDT
  • Original Date Offers Due: Jul 08, 2022 11:59 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 09, 2022
  • Original Inactive Date: Jul 23, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: T016 - PHOTO/MAP/PRINT/PUBLICATION- AUDIO/VISUAL
  • NAICS Code:
    • 512110 - Motion Picture and Video Production
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

Amendment 0002 - The purpose of this amendment is to extend the response date by 15 days

(i)  This 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; proposals are being requested and a written solicitation will not be issued.

                        (ii)  The solicitation number is W911QX22Q0064.   This acquisition is issued as an or Request for Quote (RFQ)

                        (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 Effective 26 May 2022.

                        (iv)  This acquisition is set-aside Service Disabled Veteran Owned Small Businesses (SDVOSB).   The associated NAICS code is 512110.  The small business size standard is $32.5 million

                        (v)   The following is a list of contract line item number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): 

CLIN: 0001 – Time / Material – Labor and Materials for Video Production and Video Streaming Services as described in the Performance Work statement (PWS) with a three (3) year ordering period beginning on base award date; Quantity: 1.0 job.  Time Materials Type Contract (T&M)

CLIN: 0002 – Travel – Travel required for Video Production and Video Streaming Services as described in the PWS with a three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Time Materials Type Contract (T&M)

CLIN: 0003 – Data - The Contractor shall provide data deliverables as specified in each Task Order/Delivery Order in accordance with the DD Form 1423 in section J of the contract.  Three (3) year ordering period beginning on base award date; Quantity: 1.0 job. Firm Fixed Price (FFP) Type of Contact

                        (vi)  Description of requirements: See the attached Basic PWS.

                        (vii) Delivery is required by for a three (3) year ordering period upon contract award of the base effort.  Delivery shall be determined via each individual task order. Acceptance shall be performed at the place of delivery determined in each task order.

                        (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision: See attached Adelphi Local List of Special Instructions document for full proposal instructions.

                        (ix)  The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.  The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

Evaluation Criteria - Service

(Tradeoff)

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:  Technical, Past Performance and Price.  The Contracting Officer determines that past performance will be evaluated on an acceptable/ non-acceptable rating, and only those offerors who receive an “acceptable” rating will be determined to have met the past performance acceptability standard. The offeror is required to submit complete and accurate information as requested.

The Technical acceptability element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation and sample tasks as well as the prior experience requirement. The performance characteristics and specifications that must be met are stated in this solicitation document and the Performance Work Statement (PWS) document, which is provided as an attachment to this solicitation. The prior experience requirement applies to the company itself only.  The Government is not responsible for locating or securing any information which is not included in the proposal. To ensure sufficient information is available, offerors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, sample videos or other information) necessary for the Government to determine whether the proposed effort meets the performance characteristics and specifications of the requirement listed in this solicitation and attached PWS.  If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.  The Technical element of the evaluation shall be based solely on information furnished by the offeror.   Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives and/or period of performance.

Government will evaluate based on the following:

Past Experience: Past Performance will be evaluated on an acceptable/unacceptable rating basis. An “Acceptable” rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.  An “Unacceptable” rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. Only offerors rated “Acceptable” will be eligible for award. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government may obtain.

  • Offerors shall have minimum of five (5) years of progressive experience in Army / Department of Defense (DoD) process related to video production development and streaming support services with a comprehensive knowledge of the Army Research and Development (R&D) environment.  
  • The subject experience shall reflect a minimum of two (2) awards or task order over $100,000.00
  • Offerors shall submit three (3) samples, each under 3 minutes in length that clearly demonstrate video capabilities as outlined in the PWS and Sample Tasks provided.  These videos shall focus on the Army / DoD R&D community.  The samples shall showcase capabilities and talent of the offeror. 
  • Ability for contract employees that work on site on a regular and routine basis to complete and favorably pass a National Agency Check (NAC).

Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies.  Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable).  Offerors shall include a minimum of 4 records of past performance from the previous 24 months.  Offerors shall identify the following for each:
 

          1.  Name of contracting activity

          2.  Contract number

          3.  Contract type

          4.  Total contract value

          5.  Synopsis of contract effort

          6.  Contracting officer and telephone

          7.  Program manager, PATR, or COR name and telephone

          8.  Administrative contracting officer/telephone, if different from  #6

          9.  List of major subcontractors

Price will be evaluated based on the total proposed price of the sample tasks, including options, (if any).  The resulting award(s) will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract using Time and Material (T&M) contract type with a ceiling of $750,000.00 for a three (3) year ordering period. A cost reasonableness and cost realism analysis will be utilized in the evaluation of these efforts. The offeror will be required to submit complete and accurate information as requested in the Adelphi Local List of Special Instructions - Instruction to Offerors - Proposal Submission Requirements, Volume III – Price/Rates.

Technical and past performance are of equal importance and when combined are significantly more important than price.  The Government reserves the right to award to other than the lowest price and to award without discussions.

                        (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

                        (xi)  The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE

                        (xii)  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

FAR:

52.203-3 GRATUITIES

52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS

52.204-15 SERVICE Contract Reporting Requirements for Indefinite-Delivery Contracts

52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES

52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS

52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE

52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS

52.219-14 DEVIATION 2021-O0008 LIMITATIONS ON SUBCONTRACTING

52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE

52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION

52.222-3, CONVICT LABOR

52.222-19 (DEVIATION 2020-O0019), CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES

52.222-21, PROHIBITION OF SEGREGATED FACILITIES

52.222-26, EQUAL OPPORTUNITY

52.222-35, EQUAL OPPORTUNITY FOR VETERANS

52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES

52.222-37, EMPLOYEMENT REPORTS ON VETERANS

52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT

52.222-50, COMBATING TRAFFICKING IN PERSONS

52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION

52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION

52.232-36, PAYMENT BY THIRD PARTY

52.239-1 Privacy or Security Safeguards

52.242-5 PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

DFARS:

252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS

252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS

252.211-7007, REPORTING OF GOVERNMENT FURNISHED PROPERTY

252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS

252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES

252.225-7974 (DEVIATION 2020-O0005), REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME

252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

252.227-7015 TECHNICAL DATA—COMMERCIAL ITEMS

252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA

252.232-7010, LEVIES ON CONTRACT PAYMENTS

252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL

252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT

252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS

252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA

                        (xiii)  The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

FAR:

52.204-2 SECURITY REQUIREMENTS

52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POST CONSUMER

FIBER CONTENT PAPER

52.204-7, SYSTEM FOR AWARD MANAGEMENT

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL

52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE

52.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS

52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION

52.209-11, REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW

52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS

52.212-4 ALT I CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS

52.216-18 ORDERING. 

52.216-19 ORDER LIMITATIONS

52.216-22 INDEFINITE QUANTITY

52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS--COMMERCIAL ITEM ACQUISITION

52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION

52.227-11, PATENT RIGHTS-OWNERSHIP BY THE CONTRACTOR

52.232-7, PAYMENTS UNDER TIME-AND-MATERIAL AND LABOR-HOUR CONTRACTS

52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

52.233-3, PROTEST AFTER AWARD

52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

52.243-3, CHANGES – TIME-AND-MATERIALS OR LABOR HOUR

52.244-2, SUBCONTRACTS

52.245-1, GOVERNMENT PROPERTY

52.245-9, USES AND CHARGES

52.249-14, EXCUSABLE DELAYS

52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2, CLAUSES INCORPORATED BY REFERENCE

DFARS:

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE

252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS

252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS

252.204-7000 DISCLOSURE OF INFORMATION

252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT

252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING

252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION

252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION

252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES

252.204-7019, NOTICE OF NIST SP 800-171 DoD ASSESSMENT REQUIREMENTS

252.204-7020, NIST SP 800-171 DoD ASSESSMENT REQUIREMENTS

252.204-7021 CYBERSECURITY MATURITY MODEL CERTIFICATION REQUIREMENTS

252.211-7003, ITEM IDENTIFICATION AND VALUATION252.223-7999 (DEVIATION 2021-O0009), ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS

252.225-7048, EXPORT-CONTROLLED ITEMS

252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

252.242-7006, ACCOUNTING SYSTEM ADMINISTRATION

252.245-7001, TAGGING, LABELING, AND MARKING OF GOVERNMENT FURNISHED PROPERTY

252.245-7002, REPORTING LOSS OF GOVERNMENT PROPERTY

252.245-7003, CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION

252.245-7004, REPORTING, REUTILIZATION, AND DISPOSAL

ACC - APG POINT OF CONTACT;

CONTRACTING OFFICER REP;

TYPE OF CONTRACT;

AUTH OFFICE TO ISSUE ORDERS

NON-PERSONAL SERVICES

DISTRIBUTION STATEMENT A

DISTRIBUTION STATEMENT C

GOV INSPECTION AND ACCEPTANCE;

EXERCISE OF OPTION

DELIVERY OF DATA ITEMS

TAX EXEMPTION CERT. (ARL);

PAYMENT INSTRUCTIONS

REQUIRING ACCESS TO COMPUTER

T&M or LH COST DETAILS

INVOICING

SUPERVISION OF EMPLOYEES

WORK HOURS

ID OF CONTRACTOR EMPLOYEES

GOV’T-CONTRACTOR RELATIONSHIPS

USE OF GOV’T FACILITIES

CPARS

CLARIFICATION OF 52.244-2

RECEIVING ROOM – APG;

ADELPHI CONTR. DIVISION URL;

DFARS COMMERCIAL CLAUSES

EXCEPTIONS IN PROPOSAL

DEBRIEF OF UNSUCCESSFUL OFFERS

PROPOSAL PREP. (TASK ORDERS)

FOREIGN NATIONALS PERFORMING

PAYMENT TERMS

DD FORM 1423

INSTRUCTIONS TO OFFERORS

PROPOSAL PREP (TASK ORDERS)

PAST PERFORMANCE INFORMATION

                        (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A

            (xv)  The following notes apply to this announcement:  None

                        (xvi)  Offers are due on 25 July 2022, by 11:59AM Mountain Standard Time (MST), at via email to nicole.g.hernandez2.civ@army.mil

                        (xvii)  For information regarding this solicitation, please contact Nicole Hernandez, (575)678-4979, nicole.g.hernandez2.civ@army.mil

Solicitation Attachments:

Basic PWS

DD 1423

Adelphi Local List of Special Instructions Sample Tasks

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact





History