Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOURCES SOUGHT

99 -- Writer/Editor Services

Notice Date
8/19/2003
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
3274
 
Response Due
8/29/2003
 
Point of Contact
Joy Dickson, 405-954-1015
 
E-Mail Address
Email your questions to joy.dickson@faa.gov
(joy.dickson@faa.gov)
 
Description
This is a follow-on to Announcement 3078 dated May 2, 2003. Based on= responses received, the Federal Aviation Administration (FAA) has determin= ed to narrow potential offerors to Small Businesses located within a 50-mil= e radius of the Mike Monroney Aeronautical Center (MMAC) at the time of thi= s announcement. This limited geographical requirement is based on the cons= iderable amount of time the contractor will be required to spend at the MMA= C. The contractor will interact on a daily basis with the Program Director= of the FAA Logistics Center (FAALC), managers, and organizations.=20 The FAA Acquisition Management System (AMS) Business Declaration form (Atta= chment 1) is required to be completed, signed, and submitted with your resp= onse to this SIR1. The FAA, MMAC, Oklahoma City, Oklahoma, has a requirement to obtain writer = and editor services for the FAALC. The FAALC will utilize editor/writer se= rvices to market its products and services. The purpose of this requirement= is to give the FAALC the capability to craft compelling ad text, develop p= rofessional brochure text, communicate to its customers, and prepare polish= ed, professional communication materials for its employees. The writer/edi= tor will be required to write brochures and descriptions of the FAALC progr= ams and capabilities, prepare and submit applications for national and agen= cy awards, and develop proposals and briefings as described in the attached= draft Statement of Work (SOW), Attachment 2. The FAA contemplates the use of an Indefinite-Delivery/Requirements type co= ntract with time-and-material pricing arrangement and use of task orders. = The resultant contract has a potential duration of four (4) years including= a base 1-year period with three (3) 1-year options to be exercised at the = sole discretion of the government. =20 This acquisition will use streamlined acquisition procedures employing best= practices for competitive negotiated procurements as authorized by the Fed= eral Aviation Administration Acquisition Management System (AMS) of 1997. = Offers will be evaluated and contract award made on the basis of "Best Valu= e to the FAA". Best Value is defined as the Government's willingness to pa= y more for a superior proposal if there are added benefits, which justify t= he additional cost. This acquisition contemplates a phased approach. This initial phase involv= es the announcement/SIR1 of the requirement in order to permit vendors to d= emonstrate their capabilities. Evaluations involved in SIR1 will permit th= e FAA to down-select to a manageable number, not to exceed five (5), of off= ers permitting an efficient competition from among the most highly rated su= bmissions. SIR2 will incorporate the evaluation accomplished under SIR1 as= well as evaluation of oral presentations with contract award based on over= all best value to the FAA. The remaining phase(s) of the down-select proce= ss will be identified in future communications with those firms who are amo= ng the top five (5). =20 Vendors that are interested and possess certain capabilities are to provide= the specific information described below as to their unique capabilities t= o be brought to the performance of this requirement. The specific informat= ion provided must be accurate and complete because it will be used to deter= mine each vendor's eligibility to participate. Documentation must be provi= ded to substantiate any statement of fact that goes to the vendor's eligibi= lity pursuant to this SIR. The FAA reserves the right to contact reference= s and verify each vendor's information. Any statement included in a vendor= 's response that is verified by the FAA as either false or misleading will = be cause for rejection.=20 Documentation Limitations. Failure to comply with limitations cited herein may be cause for rejection = of a vendor's response. The vendor's proposal shall not exceed 50 pages. = A page is defined as one side of a "sheet". All types of pages including = but not limited to text, diagrams, exhibits, spreadsheets, schedules and at= tachments are included in the page limitation. The FAA will neither read n= or evaluate any information beyond the page limit specified. A transmittal= letter, cover page or table of contents is not included in the page limita= tion. Other Document Requirements are: =09(1) Page Number Count. A footer identifying the page number, and total= number of pages should be put on the bottom of each page. =09(2) The documentation considered by the submitter as proprietary shall = be marked "Proprietary." A cover sheet may be used for this designation al= ong with the designation of the applicable page(s) the offeror deems compet= ition sensitive. =09(3) The vendor shall provide six copies. CAUTION: FAA evaluators will read only up to the page limit as specified. = Pages in excess of the stated limit will not be considered part of the eva= luation.=20 The FAA has identified three (3) criteria that must be met by each vendor i= n order to warrant further consideration and advancement to any subsequent = phase of the procurement process. The following information must be addres= sed in each vendor's submission in order for the FAA to determine a vendor'= s eligibility to participate further in any subsequent SIR. 1. Past Performance and Experience: Offerors must demonstrate the quality and timeliness of its services as evi= denced through its writing, editing, ad text, brochure development, graphic= s, conference booth advertising, etc. type products. For this requirement, a vendor must demonstrate a level in each area throug= h at least four (4) and no more than eight (8) projects of similar complexi= ty and magnitude to this effort performed within the past four (4) years. = The list shall include the administrative data identified below: =09=09(a) Offeror Name (Company/Division) =09=09(b) Contract Number and Contract Type =09=09(c) Contracting Agency or Business =09=09(d) Original contract dollar value and final contract dollar value (i= ncluding options) =09=09(e) Original completion date and final (or current) completion date =09=09(f) A brief description of the contract effort =09=09(g) Name, address, telephone and FAX numbers for the government Contr= acting Officer (procuring or administrative); for non-government contracts,= provide the name, address, email address, telephone and FAX numbers of bus= iness point of contact, liaison, etc. The offeror is responsible for verif= ying references before submission to ensure all information is correct. 2. Capability: Offerors must demonstrate their capabilities in providing writer/editor ser= vices of similar scope and magnitude of that identified in the SOW through = contract work, ghost writing, direct experience, advertising, etc., on beha= lf of the public and quasi business organizations like the FAALC that have = a combined government-business role and which need to communicate both inte= rnally and externally.=20 Offerors are to provide a portfolio consisting of, but not limited to, the = description of their capabilities, the clientele served, references, and tu= rn-around times of services performed within the past four (4) years. =20 3. Knowledge/Understanding of FAA Requirement: Offerors shall demonstrate their knowledge and understanding of the Writer/= Editor services required to be performed for the FAALC as identified in the= SOW. Offerors must demonstrate an understanding and describe their abilit= y to provide written materials, and written materials for web content, info= rmation releases, reports and applications, and briefings and exhibits. De= scribe your experience in performing these types of services, as well as yo= ur knowledge of the FAALC's organizational structure. Technical Evaluation: The FAA will evaluate each vendor's submittal to determine its eligibility = in the evaluation factors for the area of past performance and experience, = capabilities, and knowledge/understanding of FAA requirement as described i= n 1, 2 and 3 above. As part of the evaluation, the FAA will conduct checks= of the vendor's references.=20 =09(a) Evaluation factors are listed in descending order and are of equal = importance.=20 =09Factor 1=09=09=09Past Performance & Experience =09Factor 2=09=09=09Capabilities =09Factor 3 =09=09Knowledge/Understanding of FAA=20 =09=09=09 Requirement =09 =09(b) Factors will be rated by the evaluation team on the rating scale sho= wn below. Any offeror whose proposal does not achieve a rating of satisfac= tory or better in all factors may be considered ineligible and will not be = considered for SIR2. Team ratings for each factor will be weighted to esta= blish a score for the technical proposal. =09=09=09=094=09=3D =09Excellent =09=09=09=093=09=3D =09Good =09=09=09=092=09=3D =09Satisfactory =09=09=09=091=09=3D =09Marginal =09=09=09=09=090=09=3D =09Unsatisfactory =09(c) Evaluation criteria for each factor are as follow: =20 =09=09(1) Factor 1 - Past Performance and Experience=20 The FAA will evaluate each offeror's relevant past and present performance.= The evaluation will consider information submitted pursuant to the evalua= tion criteria and other data independently obtained from other government a= nd commercial sources.=20 =09=09(2) Factor 2 - Capabilities The FAA will evaluate each offeror=E2=80=99s portfolio to determine its acc= uracy, completeness, and its tie in with the FAALC approach and style. Doc= umentation must demonstrate experience in writer/editor services of similar= scope and magnitude of that identified in the SOW.=20 =09=09(3) Factor 3 - Knowledge/Understanding of FAA Requirement The FAA will evaluate the offeror's knowledge and understanding of the Writ= er/Editor services as set forth in the SOW and the ability or capability to= perform these services. =20 CAUTION: Vendors are cautioned that the FAA will use the data provided by = other sources in evaluating past performance and experience. References wi= ll be requested to complete a past performance questionnaire. A questionna= ire is attached (Attachment 3). Vendors may not be given an opportunity t= o rebut information considered negative and relevant to the evaluation, if = the information was obtained from other sources. While the FAA may conside= r data from other sources, the burden of providing thorough and complete pa= st performance data rests with the vendor. Cost/Price: Offerors are to provide an estimated hourly rate for each skill level requi= red to perform these services. If more than one skill level applies, offer= or shall identify each level by the appropriate skill category and correspo= nding hourly rate. Cost estimates that are unreasonably low or high may be= eliminated from further competition on the grounds of the offeror's failur= e to comprehend contract requirement. Also, an offeror's proposal to SIR1 = may be eliminated for further consideration if its price is determined to b= e unaffordable. Interested firms that can comply with and meet the criteria addressed in th= is SIR should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-201/Joy Dickson Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 12:30 p.m. CST, August 29, 20= 03, (facsimile responses are not permitted). Any responses received after = 12:30 p.m. CST, August 29, 2003, will not be considered in accordance with = AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals = of Submittals. If all requested information is not furnished, the vendor's= response may be determined ineligible. Oral or written communications wit= h Vendors, during the screening process, will be conducted if the FAA deems= communication is necessary. Note: AMS Provision 3.9.1-3, Protest, is also applicable to this SIR. Upo= n request, the Contracting Officer will make the full text available, or Ve= ndors may obtain the full text via Internet at: http://fast.faa.gov ( on th= is web page, select "toolsets", then "procurement toolbox").
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00406025-W 20030821/030819213537 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.