RFQ: USAGM-21-RFQ-0009
US AGENCY FOR GLOBAL MEDIA
VOICE OF AMERICA
TELEVISION PROGRAMMING
STATEMENT OF WORK
INTERNATIONAL VIDEO FOOTAGE
Date of Solicitation: August 29, 2021
Date Solicitation Closes: September 13, 2021
Questions and Answers - Added September 7, 2021
Procurement
The USAGM conducts this solicitation in accordance with FAR Part 13 for Simplified Acquisition Procedures for Motion Picture and Video Production an industry comprised of
establishments primarily engaged in producing, or producing and distributing motion pictures, videos, television programs, or television commercials.
This announcement constitutes the only solicitation. No other request for proposals will be issued under this solicitation. Any responsible entity under NAICS code 512110 and or NAICS code 541922 may respond to this notice.
The government intends to award a Blanket Purchase Agreement (BPA) contract award as a result of this solicitation. All services under provided under this announcement shall be performed from the entity’s facilities, unless a contract specifies otherwise. This is a new requirement for USAGM. There are no incumbents.
.
All questions regarding this announcement should be directed to the assigned Contract Specialist -Ms. Alisa Martine at [email protected]
STATEMENT OF WORK
PROFESSIONAL INTERNATIONAL VIDEO FOOTAGE
I. INTRODUCTION
The U.S. Agency for Global Media (USAGM) is an independent federal agency and the parent organization of Voice of America (VOA). VOA provides trusted and objective news and information in 47 languages to a weekly audience of more than 237 million people around the world. For over 75 years, VOA journalists have told American stories and supplied content that many people cannot get locally: objective news and information about the U.S., their region, and the world. VOA connects with audiences on five continents showcasing the thoughts and institutions that make America unique.
VOA uses broadcast and digital platforms, including web and mobile media to engage viewers, listeners, users, and friends. Radio and television broadcast to approximately 3,000 affiliates, and satellite transmissions reach countries where free speech is banned or where civil society is under threat. VOA’s mobile apps have registered more than one million downloads and cater to users on all major mobile platforms. With the largest audience of all U.S. international media, VOA continues to be a beacon of hope for underserved audiences who yearn for information about freedom of expression, civil society, and change.
II. BACKGROUND AND OBJECTIVE:
The VOA Persian Service, Persian News Network (PNN), has a requirement for a Contractor to provide broadcast-ready video footage/standard rushes depicting daily life and activities shot in various Provinces throughout Iran including Tehran, Alborz, Qazvin, Qom, Mazandaran, Isfahan, Markazi, Hamadan, Gilan, Zajan, Golestan, Lorestan, Kurdistan, Kermanshah, Adabil, Yazd, Razavi Khorasan, Khuzestan, Bushehr, Hormozgan, Sistann, Baluchestan, East Azerbaijan, Fars, and Gilan.
The footage will be used to augment PNN news broadcasts, documentaries, and other television programming.
VOA intends to award a Blanket Purchase Agreement (BPA) as a result of this solicitation. The award consists of one (1) base year and one (1) option year. Individual call orders will be issued under this contract on a firm fixed price basis.
The ordering period of this contract consists of a two (2) year ordering period beginning on or about September 19, 2021 through September 18, 2023. There are no optional periods of performance, other than the Option to Extend Services, in accordance with FAR 52.217-8.
III. SCOPE:
The Contractor shall deliver up to 6,000 minutes (100 hours) of high-definition, broadcast-ready video content (long shot, close shot, general shot, reaction shot, etc.). Each package of video clips must be delivered together with a time-coded log. In addition, the Contractor may be asked to provide interviews/sound bites known as Vox Pop consisting of short interviews with members of the public. A General Vision (GV) will consist of 30 minutes of short clips.
Video clips shall be provided, for each of the following location (cities and surrounding areas):
Each GV should include as many of the themes/categories listed below where relevant and practicable. To cover the large cities, more GV Units may be required. Up to 100 hours (6,000 minutes) of video and audio footage must be provided during the base period of this award.
Footage must fall into the following categories. The examples are not exclusive, and the Government encourages the contractor to expand on the examples provided.
Each shot must be no less than 30 seconds and no longer than 1 minute in duration (i.e. close-up (30 second), medium shot (30 seconds), wide shot (30 seconds), pant/tilt shots (30 seconds) including handle). If requested, the Contractor must deliver interviews or soundbites which include audio and video interviews. Interviews must be between 1 minute and 2 minutes in length.
The Contractor must use Steadicam, tripods, or drones.
Each shot must include natural sound.
The footage will be used for broadcast on the VOA’s PNN.
IV. TASKS:
The Contractor must provide a full range of services to meet VOA’s specifications.
Each shot must be filmed using Broadcast TV standards.
The Contractor must provide all personnel in connection with the filming, including but not limited to camera, lighting, and audio personnel, post-production editors, finishing editors, copy editors, and producers sufficient in number and experience to produce each shot.
The Contractor must use its own resources, equipment, vehicles, and insurance for all aspects of content production, including but not limited to on-location video production and post-production video editing. The Contractor must secure any and all needed permissions for any elements of music, text, illustrations/graphics, photos, videos, designs, trademarks, or other artwork that are included in each shot. The Contractor must provide a copy of all permissions, releases, and clearances to VOA upon request.
The Contractor must be responsible for all associated costs including travel and miscellaneous costs required to deliver the footage described in this Scope of Work. VOA will not pay for any unanticipated travel costs. Visuals must support the content of the topics and may require a variety of shooting locations.
Contractor must not register a trademark for any marks, names, logos, or slogans associated with the footage and must agree to fully cooperate with Agency efforts to seek trademark registration, if any.
Episodes must be filmed and delivered in high definition (HD).
All work provided under this contract must be completed and delivered by the timeframe outlined below.
V. DELIVERABLES:
VI. DELIVERY SCHEDULE
Deliverable
Due Date
Government Turnaround Time
Delivery of an initial Order of a set number of minutes of a combination of GV and VP broadcast-ready compilations to be identified within the first week of the contract award
Within one month after the Order is provided to the Contractor by the COR after contract award.
2 calendar days after receipt
Subsequent Orders During the Period of Performance
Delivery of 30-minute GV per location as described in instructions by the COR at the time required
Within a period of time agreed to between the Contractor and the COR
2 calendar days after receipt
Delivery of 15-minute VP per location as described in instructions by the COR at the time required
Within a period of time agreed to between the Contractor and the COR
2 calendar days after receipt
Footage Submission:
During the base period, the Contractor will be expected to submit up to 6,000 minutes of footage comprised of 30-minutes of general vision, and 15-minute Vox Pops broadcast ready compilations.
VII. CONTRACT TYPE
The resultant contract will be awarded on a firm-fixed price basis. All pricing shall be inclusive of all costs to deliver the duration of footage requested.
IIX. SECURITY REQUIREMENTS: NA
Other Unique Requirements and Considerations:
The delivered episodes will adhere to VOA Best Practices Guide and Journalistic Code and those documents are incorporated here by reference.
Confidentiality Requirements:
Contractor will not disclose to any third party (other than its respective employees, in their capacity as such and only on a need-to-know basis), any confidential business information concerning VOA that was acquired or derived in the course of performance.
IX. PLACE OF PERFORMANCE
The primary place of performance will be at the Contractors’ facility and at such locations where filming is conducted.
X. GOVERNMENT FURNISHED EQUIPMENT (GFE)
The Government will not provide any Government-Furnished Property.
XI. ACCEPTANCE
All work will be completed in accordance with standard procedures and guidelines provided orally or in writing by the COR who will be appointed at the time of award. Submissions should be made using standard business software used by VOA, such as Excel, MS Word, and/or PowerPoint (See deliverables).
All deliverables will be sent to the COR and/or designated Government official. All deliverables submitted during a billing cycle should be listed on the invoice. Delivery method will vary depending on the deliverable, options including:
VOA reserves the right to reject, edit, and adjust any submitted video.
XII. PERIOD OF PERFORMANCE
The base period will commence on or about September 19, 2021 through September 18, 2023.
XIII. INVOICING:
1952.232-91 Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (April 2016)
Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Platform System (IPP).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract.
The IPP website address is: https://www.ipp.gov
XIV. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS:
Offerors shall submit quote(s) by 9:00AM EDT on Monday, September 13, 2021 via email to [email protected] The subject of the email should include the RFQ Number [#]. There will be no exception to the time and date on which quote(s) are due, unless determined otherwise by the Government. The Volume II. Price Proposal shall be submitted separate from the Volume I. Technical and Past Performance.
Questions or Clarifications:
All questions regarding the RFQ shall be submitted via email to [email protected] no later than 12:00 NOON on Friday, September 3, 2021. Please reference the RFQ number on the subject line of email communications.
XV. PROPOSAL PREPARATION:
Offerors must provide two volumes as part of Quote submission:
Volume I: Technical/Past Performance
1) Technical Proposal (maximum of 11 pages):
a. Cover Letter (does not count towards the page limit)
2) Past Performance (maximum of 9 pages):
Provide three (3) past performance examples on similar projects performed during the last five (5) years from the date of this solicitation, that are similar in complexity and scope to the work described in the SOW. Past performance of any relevant subcontractors will be considered as one of the three examples.
In each of the past performance examples, provide the following information:
To the extent past performance examples or references are not available, the Government will provide a neutral rating for this factor.
Volume II:
Offeror shall provide fully burdened fixed unit prices and extended prices per GV and VP by location, using the quantities provided in the pricing schedule above.
Firm-fixed price per GV shall be inclusive of any/all travel costs; filming and post-production costs to deliver broadcast-ready footage to USAGM.
Offerors are advised that the Government will not pay for costs incurred for preparation and submission of a proposal, demonstration materials, or attendance to meetings as a result of this solicitation.
There shall be no assumptions which have cost/price implications outside of the quoted FFP. The Price quote shall be submitted in an email separate from the Technical and Past Performance
XVI. EVALUATION FACTORS:
Volume I: Technical/Past Performance
1) The Government will evaluate whether all required information was provided. Further, the Government will evaluate the extent to which the description of the Offeror’s concept for the footage addresses all requirements of the SOW and that it is technically acceptable.
2) The Government will evaluate the extent to which the past performance examples on similar projects performed during the last five (5) years from the date of this solicitation as to whether they are recent and relevant (i.e., are similar in complexity and scope to the work described in the SOW) and quality of the work performed in the examples. Past performance of any relevant subcontractors will be considered as one of the three examples.
Volume II:
The Government will evaluate the fixed prices for completeness against the SOW requirements and reasonableness.
The Government will evaluate whether there are any assumptions with cost/price implications outside of the quoted FFP.