Virginia Bids > Bid Detail

Enterprise Multimedia Center (EMC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159609331995683
Posted Date: Oct 18, 2022
Due Date: Oct 27, 2022
Solicitation No: PANMCC22P0000021409
Source: https://sam.gov/opp/6396e7453d...
Follow
Enterprise Multimedia Center (EMC)
Active
Contract Opportunity
Notice ID
PANMCC22P0000021409
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FDO FT EUSTIS
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
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 18, 2022 11:51 am EDT
  • Original Published Date: Sep 06, 2022 01:47 pm EDT
  • Updated Response Date: Oct 27, 2022 04:00 pm EDT
  • Original Response Date: Sep 20, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: 6710 - CAMERAS, MOTION PICTURE
  • NAICS Code:
    • 512110 - Motion Picture and Video Production
  • Place of Performance:
    Fort Eustis , VA 23604
    USA
Description

The Mission and Installation Command (MICC) – Fort Eustis is issuing this sources sought notice (SSN) as a means of conducting market research to identify any 8(a) businesses having an interest in and the resources to support the requirement for Visual Information Services at Fort Eustis, VA. The intention is to procure these as an 8(a) set-aside with the NAICS code 512110. We encourage all 8(a) businesses to identify their capabilities in meeting the requirement at a fair market price.



DISCLAIMER:

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND: The Enterprise Multimedia Center (EMC) is located at Joint Base Langley-Fort Eustis and its reporting chain is the Army Support Activity (ASA), Installation Management Command Directorate-Training (IMCOM Directorate-Training). The EMC is responsible for providing various mission and baseline Visual Information Services to Fort Eustis units and organizations. The EMC is further tasked with providing mission services within the Continental United States (CONUS) on a reimbursable basis to the Army and other Department of Defense (DOD) agencies. This contract shall allow the EMC to meet these obligations by providing support services on an incremental basis. A continuing need is anticipated for the EMC (which is currently being fulfilled through current contract #W911S0-20-D-0001). Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data.



REQUIRED CAPABILITIES:

The Contractor shall provide services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information:





1) Organization name, address, CAGE code, DUNS, POC name & email address, phone number, and business size/classification to include socio-economic designation.



2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Capabilities must be in sufficient detail in order for the Government to determine if your company possesses the necessary functional area expertise and experience to compete for this acquisition. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.



3) Past performance/experience of the same or similar scope that are relevant to the requirement as listed in the draft PWS.



4) Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.



The Government will assess submitted information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful program management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; risk mitigation; and day-to-day management; and 4) provide services under a

performance based service acquisition contract.





SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. Contractor personnel performing work under this contract shall have interim secret or secret clearances no later than six months from the time of proposal submission and maintain the level of security required for the life of the contract. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance.





ELIGIBILITY

The applicable NAICS code for this requirement is 512110 with a Small Business Size Standard of $32.5 million. The SIC code that has been selected for this requirement is 7812 and the Product Service Code is 6710.





ADDITIONAL INFORMATION (SITE VISIT)

The MICC – Fort Eustis does not intend to hold a site visit for this requirement.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft PWS is attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 size font. The deadline for response to this request is no later than 4:00 PM on October 27, 2022. All responses under this SSN must be emailed to:

Victoria Terrill, Contract Specialist, victoria.c.terill.civ@army.mil

Terri Reed, Contracting Officer, terri.a.reed.civ@army.mil

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





Submissions must include the following items at a minimum:



1. What type of work has your company performed in the past in support of the same or similar requirement? Describe your company’s experience in providing services in the following areas:

Video, Television/Broadcast, Graphic Arts, Fabrication, Animation/3D Graphics Design, Photography/Imagine, and Audio-Visual.



2. Can or has your company managed a task of this nature and size? If so, please provide details. What tools do you have in place to ensure compliance with performance, schedule and cost?



3. Can or has your company managed a team of subcontractors before? If so, provide details.



4. What is your primary Business Focus? Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history (last 5 years), line of credit, office locations, etc.



5. Describe the qualifications of your Key Personnel listed in the draft PWS Section 1.21.



6. Does your company currently hold a Secret facility clearance?


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 2798 HARRISON LOOP COMPLEX
  • FORT EUSTIS , VA 23604-5538
  • 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 >