Texas Bids > Bid Detail

INTEGRATED RESILIENCE TRAINING AND SUPPORT (IRTS) FOR THE PREVENTION OF CYBER HARASSMENT AND TECHNOLOGY FACILITATED SEXUAL HARASSMENT AND SEXUAL ASSAULT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159806641445476
Posted Date: Aug 23, 2023
Due Date: Sep 5, 2023
Solicitation No: FA300223R0020
Source: https://sam.gov/opp/ec91a1d290...
Follow
INTEGRATED RESILIENCE TRAINING AND SUPPORT (IRTS) FOR THE PREVENTION OF CYBER HARASSMENT AND TECHNOLOGY FACILITATED SEXUAL HARASSMENT AND SEXUAL ASSAULT
Active
Contract Opportunity
Notice ID
FA300223R0020
Related Notice
FA300223R0020
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AETC
Office
FA3002 338 ESS CC
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 23, 2023 01:53 pm CDT
  • Original Published Date: Aug 07, 2023 03:14 pm CDT
  • Updated Date Offers Due: Sep 05, 2023 12:00 pm CDT
  • Original Date Offers Due: Sep 05, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 05, 2024
  • Original Inactive Date: Sep 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: T006 - PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODUCTION
  • NAICS Code:
    • 512110 - Motion Picture and Video Production
  • Place of Performance:
    JBSA Randolph , TX 78150
    USA
Description View Changes

The purpose of Amendment 02 is to make revisions to Attachment 9 - Relevancy Assessment Matrix, dated 23 Aug 23. Changes are highlighted in yellow.





**********************************************************************************************************************************************



The purpose of Amendment 01 is to make revisions to the Combined Synopsis/Solicitation document and to Attachments 1, 2, 3, and 4. Changes are highlighted in blue. Attachments 8 (Questions & Answers) and 9 (Relevancy Assessment Matrix) have been added.



The List of Attachments has been revised as follows (changes are underlined):



List of Attachments:



Attachment 1 – Performance Work Statement (PWS), dated 16 Aug 2023



Attachment 2 – Addenda to FAR 52.212-1, Instructions to Offerors, dated 16 Aug 2023



Attachment 3 – Addenda to FAR 52.212-2, Evaluation, dated 16 Aug 2023



Attachment 4 – Provisions and Clauses, dated 16 Aug 2023



Attachment 5 – Past Performance Information (PPI) Worksheet, dated 7 Aug 2023



Attachment 6 – Past Performance Questionnaire (PPQ), dated 7 Aug 2023



Attachment 7 – Price Proposal Spreadsheet, dated 7 Aug 2023



Attachment 8 – Questions and Answers Worksheet, dated 16 Aug 2023



Attachment 9 – Relevancy Assessment Matrix, dated 16 Aug 2023





**********************************************************************************************************************************************



1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice and attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



2. Solicitation number FA300223R0020 is issued as a Request for Proposal (RFP) in accordance with FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. The Government intends to award one (1) firm fixed price (FFP) contract resulting from this solicitation. This acquisition is set-aside 100% for small businesses and is being competed under FAR 13.5 Simplified Procedures for Certain Commercial Items.



3. The solicitation documents and incorporated provisions and clauses are those in effect through The Federal Acquisition Circular 2023-04, effective 2 Jun 2023.



4. This solicitation is issued as a competitive 100% Small Business Set Aside. The applicable NAICS Code is 512110 – Motion Picture and Video Production, with small business size standard of $40M.



5. Contract Line Items (CLINS): (see attached Combined Synopsis/Solicitation document)



6. Description of services to be acquired:



The Department of the Air Force (DAF) Integrated Resilience Division (AFPC/DPFZ) serves as the Department's office of primary responsibility for interpersonal and self-directed violence (ISDV) prevention and sexual assault response policy and provides oversight to ensure that each of the Major Command (MAJCOM) and Field Commands (FLDCOM) programs complies with



Department of Defense (DOD) and DAF policy. AFPC/DPFZ requires contractor support to provide video production services, development of training, specialized training opportunities, and supplemental infographic materials. The purpose of the videos, training, and materials to be provided is to raise awareness and prevent emerging forms of cyber-harassment and technology-facilitated sexual harassment and sexual assault in the DAF. See Attachment 1 – Performance Work Statement (PWS), dated 26 Jul 2023.



7. Period of Performance: Base Period: 30 Sep 2023 – 29 Sep 2024



Option Period 1: 30 Sep 2024 – 29 Sep 2025



Option Period 2: 30 Sep 2025 – 29 Sep 2026



Option Period 3: 30 Sep 2026 – 29 Sep 2027



Option Period 4: 30 Sep 2027 – 29 Sep 2028



Delivery and acceptance of services will take place at the HQ AFPC, JBSA-Randolph TX.



FOB Point: Destination



8. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, and attached addenda apply to this acquisition. See Attachment 2 – Addenda to FAR 52.212-1, Instructions to Offerors, dated 7 Aug 2023.



9. The provision at FAR 52.212-2, Evaluation – Commercial Products and Commercial Services, and attached addenda apply to this acquisition. See Attachment 3 – Addenda to FAR 52.212-2, Evaluation Criteria, dated 7 Aug 2023.



10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.



11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.



12. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (June 2023) applies to this acquisition.



13. This solicitation includes FAR Provisions 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021), FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021), and FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation (Oct 2020). Carefully read and complete the fill-ins for Provision 52.204-24, paragraphs (d)(1) and (d)(2) and provide a disclosure at (e)(1) if applicable. The Offeror will provide a disclosure as part of their proposal if the Offeror has responded “will” in their representation in paragraph (d)(1). In addition, carefully read and complete the fill-in for Provision 52.204-26, paragraph (c). Provide fill-in information in for any other full-text solicitation provisions and/or clauses as necessary contained in Attachment 4 - Provisions and Clauses.



14. The Defense Priorities and Allocations System (DPAS) and ratings do not apply to this acquisition.



15. Questions pertaining to the Solicitation or any of its attachments shall be submitted via email to the POC listed below NLT 4:00 PM (CST) on 14 Aug 2023. No other means of communicating questions will be accepted for this solicitation.



Proposals shall be submitted to the POC listed below NLT 12:00 PM (CST) on 5 Sep 2023.



16. Proposals shall be submitted via email to:



Contracting Officer: Melissa A. Gonzalez



Email: melissa.gonzalez.6@us.af.mil



List of Attachments:

Attachment 1 – Performance Work Statement (PWS), dated 26 Jul 2023



Attachment 2 – Addenda to FAR 52.212-1, Instructions to Offerors, dated 7 Aug 2023



Attachment 3 – Addenda to FAR 52.212-2, Evaluation, dated 7 Aug 2023



Attachment 4 – Provisions and Clauses, dated 7 Aug 2023



Attachment 5 – Past Performance Information (PPI) Worksheet, dated 7 Aug 2023



Attachment 6 – Past Performance Questionnaire (PPQ), dated 7 Aug 2023



Attachment 7 – Price Proposal Spreadsheet, dated 7 Aug 2023


Attachments/Links
Contact Information
Contracting Office Address
  • CP 210-652-6903 2021 FIRST STREET WEST BLDG 853
  • JBSA RANDOLPH , TX 78150-4300
  • 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 >