Virginia Bids > Bid Detail

Change of Command Sound, Video, and Live Streaming Services - SOURCES SOUGHT NOTICE

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159277206738632
Posted Date: Apr 6, 2023
Due Date: Apr 11, 2023
Solicitation No: N4215823RC30549
Source: https://sam.gov/opp/3908470c1b...
Follow
Change of Command Sound, Video, and Live Streaming Services - SOURCES SOUGHT NOTICE
Active
Contract Opportunity
Notice ID
N4215823RC30549
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
NORFOLK NAVAL SHIPYARD GF
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 06, 2023 11:18 am EDT
  • Original Published Date: Mar 28, 2023 02:23 pm EDT
  • Updated Response Date: Apr 11, 2023 05:00 pm EDT
  • Original Response Date: Apr 03, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 20, 2023
  • Original Inactive Date: Apr 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5965 - HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL.



This announcement constitutes a Sources Sought (SS) to assist in requirement development and planning purposes. Norfolk Naval Shipyard’s (NNSY) intent of this announcement is to identify local, qualified, and experienced sources in the Hampton Roads area to provide sound, video and live streaming equipment and services for the upcoming Change of Command ceremony.



The Hampton Roads region includes the cities of Chesapeake, Hampton, Newport News, Norfolk, Portsmouth, Suffolk, and Virginia Beach.



This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.





Contractor will provide an indoor/outdoor venue to consist of:




  • approximately four (4) 70” monitors with stands strategically placed,

  • two (2) live sound (PA+FM Transmission) podium microphones,

  • two (2) HD Cameras for live streaming purposes with remote location internet broadcasting

  • approximately eight (8) speakers with stands to transmit audio to the audience.



This also includes setup and breakdown of all provided equipment ensuring a safe and successful event that will support approximately 1,000 guests and participants. The sound system is intended for the audience to be able to hear the ceremony. The video system is to provide monitors in key locations in Bldg. 163 for people who are unable to see the stage from where they are standing. The online streaming service is for people who are unable to attend the ceremony itself.



Before the ceremony begins, the four (4) 70” monitors and the livestream presentation will display the NNSY logo and the following statement, “Norfolk Naval Shipyard’s Change of Command Ceremony will start at 10:00 a.m.”



Date and Time of required service 28-29 June 2023.



June 28th: arrive at 9:00 a.m. for setting up and testing of all equipment.



June 29th: arrive at 7:00 a.m. to perform final checks. 10:00 a.m. is the start time of the Change of Command itself and will last for approximately 90 minutes. Breakdown will commence immediately after all guests have departed.



The determination to request this service was made through NNSY Public Affairs Office when their capabilities to perform the task were greatly exceeded.



This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.



Objective/Scope:



The objective is to provide audio, video and streaming equipment and services to enhance the environment of the Change of Command ceremony and to provide the utmost viewership as possible.



Equipment Description/Specifications:



(The below list may change based on the results of the site survey).



Sound System



• Provide microphones, speakers, sound control system and operator in order for the entire area is able to hear the ceremony at a comfortable level.



Video System



• Provide video cameras, camera operators, to record the Change of Command ceremony. The cameras will be focused on the stage only.



• Provide and setup monitors to show the happenings on the stage for audience members who are unable to see the stage.



Live Streaming



• Provide live streaming to be shown on NNSY’s Facebook page.



Period of Performance:



The period of performance is two days:



June 28th: arrive at 9:00 a.m. for setting up and testing of all equipment.



June 29th: arrive at 7:00 a.m. to perform final checks. 10:00 a.m. is the start time of the Change of Command itself. Breakdown will commence immediately after all guests have departed.



Place of Performance:



Norfolk Naval Shipyard, Building163, High Bay, Portsmouth, VA 23709.



Security Requirements: Employees must be able to pass a background check to be authorized to perform work on the shipyard. U.S citizenship required for all employees involve with this contract.



Anticipated NAICS Code:



The anticipated NAICS Code for this requirement is 334310 – Audio and Video Equipment Manufacturing which has a corresponding Size Standard of 750 employees, and Product or Service Code, (PSC) of 5965 Installation of Equipment. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. The Government will use this information to determine the best acquisition strategy for this procurement. The Government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code.



Small Business Determination:



The Government is still determining the acquisition strategy and if this acquisition will be a total or partial small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.



If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved. Include specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.





Capability Statement:



Prospective vendors will need to demonstrate they are capable of procuring and installing the same or similar aforementioned equipment by providing a capability statement, to include past performance information. If past performance information is provided, please include only



relevant past performance on the same/similar work within the last 5 years. Provide no more than three (3) past performance references. Please include in the past performance information the full contract numbers, dollar value, point-of-contact: name, telephone number, email address, and period of performance for each contract referenced in the response to this SS.



Reponses to this SS request should reference (Change of Command – Sound, Video and Live Streaming Services) and shall include the following information in this format:




  • Company name, address, point of contact name, telephone number, facsimile “fax” number, and email address.

  • Contractor and Government Entity (CAGE) Code.

  • Size of business -Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned and/or Service-Disabled Veteran-owned.

  • A copy of SAM.GOV active registration. Must reflect SAM Unique Entity Identification (UEI), Commercial and Government Entity, and Reps/Certs (Not included in page limit).

  • Please describe your company’s ability to procure and install audio/visual equipment and how the work will be performed.

  • Vendor must list the recommended equipment and the quantity of each item, to include how many feet of cable will be needed.

  • Comments on the proposed Period of Performance schedule.

  • Anticipated number of days work could start and be completed after award.

  • Comments or suggested changes to the Government's NAICS Determination.

  • Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.

  • Past Performance (Not included in page limit).

    • Examples of recent audiovisual projects (graphics/photos-may include specifications).

    • Include any other supporting documentation.

    • Comments on the notional equipment list.

    • An estimated Rough Order of Magnitude (ROM).







Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary knowledge and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages, double spaced, in no less than 12 font size.





Upon Award of the Contract: Portable Electronic Devices (PEDS)




  1. In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Submarine spaces are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images (e.g., cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches).

  2. All PEDs including but not limited to tablets, laptops, iPads, and cell phones that will be used for this job must be turned into Norfolk Naval Shipyard’s Code 109 Information Technology and Cybersecurity Department for inspection of the equipment no later than COB, Friday, 9 June 2023. An appointment will have to be made ahead of time. The equipment will need to be left behind and the process could take up to ten business days.

  3. A green NAVSEA security badge must be acquired first before turning in the PEDs for inspection.

  4. NNSY Asset Authorization Request Guidelines are attached to this statement of work.







Responses should be emailed to Audrey Goodman, Contract Specialist, at audrey.m.goodman5.civ@us.navy.mil with a copy to Nicole Jacksonheard at nicole.m.jacksonheard.civ@us.navy.mil by 5:00 P.M. on 28 April 2023. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.









Onsite Survey:



An onsite survey will be conducted with the Change of Command ceremony team in Building 163 where the services will be conducted. The onsite survey will take place at 10:00 A.M. on 20 April 2023.




  • In order to participate in the onsite survey at 10:00 A.M. on Thursday 20 April 2023, a confirmation email* must be submitted via to Audrey Goodman, Contract Specialist, at audrey.m.goodman5.civ@us.navy.mil with a copy to Nicole Jacksonheard at nicole.m.jacksonheard.civ@us.navy.mil by Friday at 12:00 P.M. on 14 April 2023.




  • *The confirmation email must contain the name, date of birth, last four of social security number and stating of having U.S. citizenship five business days prior to the visit. If this information is not received, the vendor will not be permitted onboard NNSY.




  • There is a limit of one (1) person per company.




  • Parking is available at the Pass and ID office located at Gate 15 on George Washington Highway Portsmouth, VA 23709. There will be a shuttle available to transport parties to the facility.




  • Please bring a state driver’s license or any state issue identification. Individuals without an ID will not be permitted on base.




  • Please note that masks are optional.




  • All measurements must be taken at this time. There will be no further opportunity until after the award of the contract.

  • During the onsite survey visit, cameras/camera phones, laptops, iPads or any electronic devices capable of taking photos and/or recording video/audio are not permitted on base under any circumstances.

  • NNSY will provide a photographer; vendors will be able to request photos of the ceremony location via email by 12:00 P.M. on Monday 24 April 2023.

  • Questions that arise from the onsite survey will have to be written and submitted via email to Audrey Goodman, Contract Specialist, at audrey.m.goodman5.civ@us.navy.mil with a copy to Nicole Jacksonheard at nicole.m.jacksonheard.civ@us.navy.mil by Monday 12:00 P.M. on 24 April 2023.

  • Questions will be combined, answered, and posted to sam.gov, thereafter. It is the contractor’s responsibility to access www.sam.gov to obtain the answers.





Note:



Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.



This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.




Attachments/Links
Contact Information
Contracting Office Address
  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >