SOURCES SOUGHT
99 -- Video Productions and Audiovisual Support for Projects - Joint Task Force-National Capitol Region
- Notice Date
- 6/24/2025 11:08:01 AM
- Notice Type
- Sources Sought
- NAICS
- 512110
— Motion Picture and Video Production
- Contracting Office
- W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
- ZIP Code
- 40121-5000
- Solicitation Number
- PANMCC-25-P-0000-012741
- Response Due
- 7/7/2025 7:00:00 AM
- Archive Date
- 07/22/2025
- Point of Contact
- Ursula Waibel, Phone: 5026243710
- E-Mail Address
-
ursula.d.waibel.civ@army.mil
(ursula.d.waibel.civ@army.mil)
- Description
- This is a Sources Sought Notice ONLY. The U.S. Government desires to procure professional quality video productions and other audiovisual support for projects administered/managed by the Joint Task Force-National Capitol Region, Military District Washington, Joint Chiefs of Staff J4 Logistics Directorate, J42 Production Acquisition Division-Visual Information. The Government intends to procure this supply by awarding an unpriced Indefinite Delivery Indefinite Quantity (IDIQ) contract to at least ten (10) IDIQ holders. Attached is the draft Statement of Work (SOW). Contractors shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to produce complete video productions and/or provide the same to supplement government efforts in accomplishing audiovisual projects. The majority of the work to be performed under this IDIQ will be determined by the contractor�s location for scripting and post-production phases. Location production at military installations or locations frequented by military members and DoD civilians may be necessary. This notice is to seek responses from qualified small businesses with sufficient information to support a small business set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if not enough qualified small businesses respond with information to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is 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. The anticipated NAICS code is 512110 - Motion Picture and Video Production. This industry comprises establishments producing, or producing and distributing, motion pictures, videos, television programs, or television commercials. The small business size standard for this NAICS code is $40Mil. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set asides regardless of the dollar value of the award. Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, more than permitted levels. See FAR 52.219-14 - Limitations on Subcontracting for Small Business. All WOSB firms need to act in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts. Responses to this notice shall be e-mailed to the Contract Specialist, Ursula D. Waibel at ursula.d.waibel.civ@army.mil no later than Monday 7 July 2025, at 10:00 AM EDT (Fort Knox local time). Please do NOT provide a quote in response to this sources sought notice. In response to this notice, please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. 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. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement 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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a7ebb74c0d84a8ebae7c5bea54728f1/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07487836-F 20250626/250624230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |