February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services

Similar documents
October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY General Services Contract for Conferences. June American Association of Motor Vehicle Administrators

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions

Persons submitting this form should refer to the regulations referenced below for complete instructions:

H. Assurances and Certifications Form

DESIGN - BUILD PROPOSAL OF

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Vendor Certifications and Representations

Certifications. Form AD-1047 (1/92)

REQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M.

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002

REQUEST FOR PROPOSAL. No. FY Cloud Hosting Services and Managed Services Provider. October, 2017

State of Florida PUR 1001 General Instructions to Respondents

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

Attachment C Federal Clauses & Certifications

Contract Assurances Attachment 4. Contract Assurances

Required Federal Forms

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

Request for Qualifications RFQ #

Cherokee Nation

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

Minnesota Department of Health Tribal Governments Grant Agreement

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

AVIATION AUTHORITY POLICY. 400: FISCAL MATTERS Effective: 06/02/16

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

Notice to Interested Parties

CBA. Procurement: General Procurement Policies

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

Recitals. Grant Agreement

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

PART 25-GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENTWIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Subpart A-General

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 39735

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

Notice to Interested Parties

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s)

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 28711

Suspension and Debarment Policy

Notice to Interested Parties

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34920

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 19431

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 30255

Cherokee Nation

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

Pinellas County. Staff Report

RFP Milestones, Instructions, and Information

Section Serious Deficiency

Town of Hooksett. ADMINISTRATION DEPARTMENT Dean E. Shankle, Jr., Ph.D., Town Administrator

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

Subpart E Entitlement

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

VIRGINIA DEPARTMENT OF TRANSPORTATION U.S. ROUTE 460 CORRIDOR IMPROVEMENTS PROJECT ATTACHMENT G DETAILED PROPOSAL FORMS

MARYLAND STATE TREASURER S OFFICE. Louis L. Goldstein Treasury Building 80 Calvert Street, Room 109 Annapolis, Maryland 21401

Bids Due: March 16, 2018

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

Minnesota Department of Health

RFP Milestones, Instructions, and Information

Request for Proposal. RFP # Non-Profit, Sports Photography

CLOVIS COMMUNITY COLLEGE. External Grant Evaluation Services

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 18677

For additional information contact: Casey Covington

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES DEBARMENT RULES

Messenger Service Requirements to Open a Main Office

May 10,2012. Approval of Amendment to the service agreement with Revolution Foods for Senior Nutrition Meal Services for FY and

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON:

Notice to Interested Parties

REQUEST FOR PROPOSALS. Concept Plan and Implementation Matrix for the Patapsco Regional Greenway

PART 24 GOVERNMENT DEBAR- MENT AND SUSPENSION AND GOVERNMENTWIDE REQUIRE- MENTS FOR DRUG-FREE WORK- PLACE (GRANTS)

USAID ELIGIBILITY RULES FOR GOODS AND SERVICES (JUNE 2012)

Michigan Medicaid False Claims Act

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

REQUEST FOR PROPOSALS (RFP) # B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI

Community Development Department

PURCHASING DEPARTMENT WASHINGTON COUNTY PUBLIC SCHOOLS 820 Commonwealth Avenue Hagerstown, Maryland Telephone (301) Fax (301)

National Credit Union Administration (NCUA). Proposed Suspension and Debarment Procedures with request for

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 18515

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Transcription:

February 7, 2018 Dear Vendors: Reference: RFQ No. FY18-046 Video Services for Law Enforcement Subject: Video Production Services AAMVA is hereby requesting quotes on the following services below. Please make sure that you include pricing for all labor, production, travel, talent, and other direct costs. Background and Statement of work AAMVA is seeking a production company to create a video to illustrate how law enforcement officers interact with drivers and their vehicles when ignition interlock devices are present during roadside stops (two traffic stop scenarios). The video will also demonstrate how the device is installed. The target audience for this video is our members, who are DMV administrators and state/provincial law enforcement agencies throughout the United States and Canada. The main goal of the video is to show what ignition interlock devices look like and how roadside stops should be conducted when interlock devices are present. The final deliverable will be an 8-10 minute video. Individuals needed are: A narrator for voiceover 2 law enforcement officers (AAMVA will supply these two individuals) 3 individuals to play violators (AAMVA will supply these 3 individuals) 1 person to demonstrate the installation of the device (AAMVA will supply this individual) There will be 3 scenarios portrayed: 1. The installation of the device (using the installer and a violator) 2. 2 separate roadside stops (with our law enforcement officers and 2 violators) Total talent needed are: 1. Narrator to provide voiceover

There will be two locations for shooting the live action. One location will be in the local DC/MD/VA area. The second location is to be determined. The video will also include a stand up from one of the officers talking on camera. Some motion graphics will be needed. No animation will be needed. A script will be drafted by AAMVA staff and provided to the vendor. Please include a list of the activities required to meet the deliverable and cost estimates for each activity. Please also include a timeline for the project. The video needs to be completed and delivered to AAMVA by the end of the calendar year. Work on the project will take place September-December 2018 but we are seeking estimates to form our budget. Period of Performance: Contract Award to Video Delivery. Evaluation: AAMVA will evaluate the proposals based on the following criteria: Overall experience with producing live action videos (30 points) Ability to meet our deadlines (25 points) Past performance and references (10 points) Price (35 points) Proposal Instructions and Page Limits: Please limit your proposal to the following format and page limit: Cover Letter and Corporate Info (1 Page) Sample Video Examples (1 Page) Video Approach and timeline (1 Page) Cost Breakdown and assumptions (1 Page) Proposed Staff Executive Summary (One para each) (2 Pages) Past Performance References (1 Page) Total Page Count: 7 (Not including Signed Exhibits) Past Performance and References Please provide a few examples of past videos with live action your company has produced by providing the links to the videos in your response. Please also provide three (3) references that can discuss video services.

Please submit your quote as soon as possible but NLT March 1, 2018. All quotes shall be submitted to wrday@aamva.org and should request a receipt confirmation. Proposals should contain the following requested information and should not exceed 10 pages. Cover letter, corporate information Sample video examples Project activities and timeline Proposed staff bios (one paragraph each) Past performance references Cost breakdown Should you have any questions please call me at 703-908-5877. Thank you for your interest in providing these services. Sincerely, Wesley Day Sr. Manager, Procurement

EXHIBIT A - CERTIFICATIONS AND ASSURANCES I/we make the following certifications and assurances as a required element of the proposal to which this Exhibit A is attached, understanding that the truthfulness of the facts affirmed herein and the continuing compliance with these requirements are conditions precedent to the award or continuation of the related contract(s): 1. I/we declare that all answers and statements made in the proposal are true and correct. 2. The prices and/or cost data have been determined independently, without consultation, communication, or agreement with others for the purpose of restricting competition. However, I/we may freely join with other persons or organizations for the purpose of presenting a single proposal. 3. The attached proposal is a firm offer for a period of 90 days following the due date for receipt of proposals, and it may be accepted by AAMVA without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 60-day period. 4. In preparing this proposal, I/we have not been assisted by any current or former employee of AAMVA whose duties relate (or did relate) to this proposal or prospective contract, and who was assisting in other than his or her official capacity. Any exceptions to these assurances are described in full detail on a separate page and attached to this document. 5. I/we understand that AAMVA will not reimburse any costs incurred in the preparation of this proposal. All proposals become the property of AAMVA and I/we claim no proprietary right to the ideas, writings, items, or samples presented in the proposal, unless so stated in the proposal. 6. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the consultant and will not knowingly be disclosed by him/her prior to opening, directly or indirectly, to any other consultant or to any competitor. 7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents and the attached general terms and conditions. If there are any exceptions to these terms, I/we have described those exceptions in detail on a page attached to this document. 8. No attempt has been made or will be made by the consultant to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Signature of Offeror Printed Name, Title and Date Page 5 of 7

EXHIBIT B-CERTIFICATION OF DEBAREMENT The prospective vendor certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any department or agency of the Commonwealth of Virginia or any of the jurisdictions comprising the membership of the American Association of Motor Vehicle Administrators (AAMVA); 3. Have not within a three year period preceding this date been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 4. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated above of this certification; and 5. Have not within a three-year period preceding this date had one or more public transactions (Federal, State or local) terminated for cause or default. Vendor understands that a false statement on this certification may be grounds for rejection of any submitted proposal or quotation or termination of any award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both if federal funds are being used to support the procurement. Printed Name of Vendor Printed Name and Title of Authorized Representative Signature of Authorized Representative Page 6 of 7