Virginia Bids > Bid Detail

FSI Audio Visual Services

Agency: STATE, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159894805431178
Posted Date: Mar 21, 2023
Due Date: Mar 28, 2023
Solicitation No: 19FS1A23NX002
Source: https://sam.gov/opp/aba44d78e3...
Follow
FSI Audio Visual Services
Active
Contract Opportunity
Notice ID
19FS1A23NX002
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - FSI
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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 21, 2023 09:49 am EDT
  • Original Response Date: Mar 28, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 512110 - Motion Picture and Video Production
  • Place of Performance:
    Arlington , VA 22204
    USA
Description

PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. The United States Government will not pay for information submitted in response to this notice nor will information submitted in response to this notice be returned.



The U.S. Department of State (DOS), Foreign Service Institute, Office of the Director, is conducting a market survey to determine the availability and technical capability of qualified large and small businesses, including small business set-asides, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of assisting the Government with audio visual support. The Department of State, through the Audio Vision Division (AVD) supports FSI with AV tech support, in-house consulting, engineering, design, building, testing, integration, networking, management, and maintenance for all audiovisual-related equipment.



This Request for Information (RFI) notice is for informational and planning purposes only and is not to be construed as a commitment by the Government to enter into a future contract. Respondents will not be paid or reimbursed for any information provided to the Government in response to this notice.



BACKGROUND INFORMATION:



The Audio Visual Division (AVD) supports the mission of the Foreign Service Institute (FSI) by providing a wide range of instructional support services. These services include graphics, still photography, video production, classroom audiovisual technical support, electronic publishing, TechLab and Immersive Training support, and printing and document reproduction services. The Audio Visual Division is comprised of a professional staff of graphic artists, AV technicians, videographers, photographers and other technical specialists. The facility has a television studio, editing suites and a videoconferencing studio with the latest digital and analog equipment. The campus closed-circuit television system originates from this facility. AVD also manages, maintains and supports the projects and resources that require the eLearning and Innovation Lab located on campus. The eLearning and Innovation Lab is a forward-thinking space for instructors to experiment with 21st century technologies, push creativity with new software/hardware, cultivate pilot projects, and lead the way in designing new technology- enabled instructional activities and practices.



All Small Business firms that respond are to identify firm size and type of business to the anticipated North American Industrial Classification System (NAICS) code 512110 (Motion Picture and Video Production).



REQUIREMENTS:



Interested firms are requested to submit a capability statement, limited to no more than five (5) pages using Times New Roman size 12 font with 1 inch top, bottom and side margins. All capability statements must be specifically tailored to address the information identified in this notice. Generic corporate marketing information will not be considered responsive to this notice and will not be included in the market research assessment.



Submission instructions are provided below. The capability statement shall include the following:




  1. Provide company name, address, telephone number, point of contact (including email address), company size and DUNS number.

  2. Provide company institution or organization affiliation.

  3. Provide a list of Federal Supply Schedule contracts and Government-wide Acquisition Contracts (GWAC) held by the firm. The list should include at minimum the contract number and type of schedule or GWAC.

  4. Provide the company’s approach and capabilities in response to the requirement as set forth in the Draft PWS, and ESTIMATED total cost (this is NOT considered a proposal/quote, the Government is trying to assess through market research the approximate cost of the requirement. Contractors shall not consider this a proposal/quote.).

  5. The PWS focuses on the AV tech support, in-house consulting, engineering, design, building, testing, integration, networking, management, and maintenance for all audiovisual-related equipment. Provide recommendations for other equipment that will lower the cost and improve results.

  6. Provide any questions or feedback on elements of the Draft PWS that are unclear. This feedback should be designed to assist the Government in improving and clarifying the requirement as it is currently written.



The capability statement shall not include the following:




  1. Formal proposals or offers; nor

  2. Questions or comments not related to this notice.



SUBMISSION INSTRUCTIONS:



Only electronic copies of capability statements will be accepted. Responses shall be sent directly to: Kelley Kershner at KershnerK@state.gov. Include “RFI Response – Audio Visual in the email subject line. Responses and questions to this notice are due by Tuesday, March 28, 2023 at 12:00 p.m. Eastern Time.



THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. THERE IS NO SOLICIATION AT THIS TIME. Submission of any information in response to the market research is purely voluntary. The Government assumes no financial responsibility for any cost incurred. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award to contract. UNDER NO CIRCUMSTANCES SHALL ANY RESPONDENT CONTACT ANY OTHER DEPARTMENT OF STATE PERSONNEL REGARDING THIS NOTICE.



PATH FORWARD:



Capability statements submitted by interested firms will be used as part of market research by DOS representatives to assist in planning possible future technical requirements and developing possible acquisition alternatives, should this announcement lead to an actual procurement. In accordance with FAR 15.201(e), the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract.



DOS representatives may contact respondents for additional information, may conduct follow-up Industry Day Conferences, may hold one-on-one meetings with organization representatives, or may issue other notices as part of continued market research to improve our understanding of industry capabilities in relation to satisfying our possible future requirements.



No phone or email solicitation with regards to the status of the RFP will be accepted prior to its release.



Contracting Office Address:



United States Department of State



Foreign Service Institute



Office of Acquisitions



4000 Arlington Boulevard



Arlington, Virginia 22204



Primary Point of Contact:



KershnerK@state.gov



Attachment:



Attachment A Draft PWS


Attachments/Links
Contact Information
Contracting Office Address
  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • 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 >