Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

R -- Journalistic Services

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-05-T-0083
 
Response Due
8/25/2005
 
Archive Date
10/24/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a full and open competition combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, ut ilizing simplified acquisition procedures in accordance with FAR Subpart 13.5, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitat ion will not be issued. W911QY-05-T-0083 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 dated 11 April 2005 and Defense Federa l Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 200503023. Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. The awarded contract will be firm-fixed price with one base year and four option years. The applicable NAICS Code is 561410 with a size standard of $6,000,000. In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) database. The web site to register or check on your status is http://www.ccr.gov/. Vendors are required based on this announcement to submit hard copy proposals (to include product literature) as described herein. This acquisition is for an experienced writer/editor to contribute to the pro duction of internal and external documents for the Public Affairs Office (PAO). Responsibilities will include identifying, researching, writing, and/or editing material for PAO publications, as well as managing the production process. Candidates should hav e experience preparing accurate, effective, and engaging copy for promotional and news products, in both print and electronic media. The successful candidate should also be able to manage projects effectively. Services shall be performed on-site in the SSC PAO during the period of 1 Sep 2005 - 31 Aug 2006. Federal holidays are not part of the work schedule. Knowledge, Skills, and Abilities Required: Requires a bachelor's degree in English, Journalism, Communications, Public Relations, or a related field. Must be experienced in developing various print and electronics media products, such as newsletters, journals, magazines, promotional materials, vide o scripts, messages to the workforce, speeches, and web collections. Must have strong writing and editing skills Should have a thorough understanding of how to translate corporate strategy into appropriate communications products, as well as an understand ing of the principles of design, layout, and communication strategies. Must have strong teamwork and collaboration skills. Experience working with individuals at all levels in a company is essential. Ability to work with minimal supervision is required. Mu st have the ability to translate scientific information into easy-to-understand text. Should be skilled in determining what makes an article/product interesting and informative. Must have demonstrated ability in story development, including an ability to d evelop and interview sources and conduct research. Should have experience with project management to effectively plan, manage, coordinate, and execute activities such as SSC's annual Family Day.Should be experienced in production management, including work ing with internal teams, clients and vendors. Broad understanding of scientific or technical work programs is a plus. Job Description: The contractor shall provide, but shall not be limited to providing, the following services: Under the guidance of the Public Aff airs Officer (PAO), coordinate the organization's internal communications (Command Information (CI)) programs. Plan and develop story ideas and themes for the bimonthly Warrior and biweekly electronic Bulletin. Coordinate electronic posting of these public ations on the Internet and Intranet. Develop, write, and edit hard news and feature articles using a journalistic style for internal publications and for release to external print and electronic media (approximately 80 percent of the effort). Layout and de sign publications using desktop publishing (approximately 15 percent of the effort). Coordinate and execute other CI activities such as the annual Family Day, and assist the PAO with execution of the Community Relations and Public Information programs (ap proximately 5 percent of the effort). The contractor shall also generate ideas and copy for news releases, fact sheets, brochures, video scripts, and other information products. The contractor shall also assist with the dissemination of information materia ls generated by the Public Affairs Office including messages to the workforce and speeches. The contractor must have the ability to work accurately and quickly to meet deadlines. The contractor shall maintain a mailing list database for the Warrior. The co ntractor shall coordinate and conduct meetings relative to the production of CI products and the execution of the CI mission. The contractor shall be responsible for meeting all deadlines associated with CI projects. The contractor shall collaborate with S SC personnel, as appropriate, in the documentation of the product and service data. All information materials must be coordinated with Subject Matter Experts to ensure technical accuracy and appropriateness of public release, and with the Security Office t o ensure Foreign Disclosure concerns are addressed. The contractor shall be supplied a government-owned computer (and shall be familiar with the system) for use during the course of business on-site, at SSC. The contractor shall be proficient with a variet y of software including word processing, desktop publishing, photo management, and electronic mail. All files, software and hardware, as well as general office supplies necessary for contract performance, shall be supplied by the government. Intellectual Property. All intellectual property, to include, but not limited to files, databases, articles, and photographs resulting from the contractor's performance of work under this Statement of Work and the applicable order, shall physically remain at SSC, Kansas St., Natick, MA, 01760, and shall become the exclusive property of the US government, as represented by SSC, pursuant to the copyright laws of the United States of America and the Commonwealth of Massachusetts, as well as the regulations con tained in the Federal Acquisition Regulations and Defense Federal Acquisition Regulations Supplement. The Order of precedence for said laws and regulations shall be: the laws of the United States, the laws of the Commonwealth of Massachusetts, the Federal Acquisition Regulations, and then the Defense Federal Acquisition Regulations. The contractor shall be required to coordinate all activities, projects, and products with the chief, public affairs office, or his designee. The contractor shall normally provide up to eight (8) hours of support per day, up to forty (40) hours per week, up to the total quantity of hours reflected in Schedule of Supplies/Services in the subject Purchase Order. In some instances the contractor may need to work more than eight (8) hours/day or more than forty (40) hours/week, subject to PAO approval. However , in no event shall this Statement of Work be construed as increasing the hours, or value, of the subject order over that reflected in the Schedule. On-site work shall be conducted between 0700 hours and 1730 hours Monday - Friday, unless otherwise arrange d with the PAO. The contractor shall report to Building 45, room L110, U.S. Army SSC Public A ffairs, Kansas St., Natick, MA, 01760. The contractor shall submit a certified (signed) invoice for actual work performed (hours expended) in direct support of the PAO and consistent with this Statement of Work. Invoices may be submitted as frequently as every two weeks. The resulting payment shall be issued for gross pay, with no deductions. The contractor is considered an independent contractor and shall, therefore, be responsible for the payment of all taxes, and any other deductions, due on income resu lting from performance of work under the effort covered by this Statement of Work. In addition, the contractor shall not be entitled to any benefits or other form of compensation over and above that expressly stated in the purchase order to which this Stat ement of Work is attached. One copy of each invoice shall be submitted through the Public Affairs Officer to the contracting officer for certification for payment. This invoice shall include a summarized report of the work performed and hours expended, whi ch shall contain a weekly breakdown thereof, with the time estimates of copies written and/or modified and documentation updated. Any travel required will be subject to prior approval by the Government and travel costs will be reimbursed in accordance wi th DoD joint travel regulations at the time of travel approval. This Statement of Work contains no requirement for the provision of personal services. Accordingly, technical services provided hereunder will not require continuous direction from the PAO. C onsistent with the requirements of this Statement of Work, the contractor shall obtain guidance from the PAO on work to be performed and the prioritization of said work. The following clauses and/or provisions are specifically referenced and are required in the response of this solicitation: Contractor Manpower Reporting - The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil . The Contractor shall in clude the following: (a)Contracting Officer, Contracting Officer, Contracting Officer's Technical Representative, (b) Contract number, (c) Beginning and ending dates covered by reporting period, (d) Contractor name, address, phone number, email address, id entify of contractor employee entering data ,(e)Estimated direct labor hours (including subcontractors), (f) Estimated direct labor hours paid this reporting period (including subcontractors), (g) Total payments (including subcontractors), (h) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different), (i) Estimated data collection cost, (j) Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity (UIC for this contract is W911QY), (k) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomencla ture provided on the website, (l) Presence of deployment or contingency contract language, (m) Number of contractor and subcontractor employees deployed in-theater this reporting period (by country). The contractor shall also provide the estimated total c ost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required da ta element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Proposals submitted in response to this combined synopsis/solicitation shall be evaluated in accordance with FAR Part 13 procedures using th e following evaluation criteria: The TECHNICAL area is most important. The PAST PERFORMANCE and PRICE areas are of equal to each other in importance. Technical and Past Performance when combined are significantly more important than price. The Technica l area will be evaluated by the applicant's resume and writing samples referred to below. The Past Performance area will be evaluated for performance risks by the vendor's recent relevant experience in providing these or similar items either with other Go vernment agencies or other commercial/scientific industries. Price will be evaluated for price realism, fairness and reasonableness. Offerors shall submit resume highlighting education, experience, and any specialized training; Writing/Editing Samples to include: three hard news stories, three feature stories, and one speech. Other products needed for evaluation: one jounalistic-style product that the applicant has worked on from a design and layout perspective (newspaper, newsletter, etc.), and a short description that shows the ability for the applicant to do project management. Offerors shall include the full text provision FAR 52.212-3 entitled Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alternate I (Apr 2002) , comp letely filled out, within your technical proposal, as well as DFARS 252.212-7000, entitled Offeror Representations and Certifications-Commercial Items (Nov 1995). NOTE: An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has compl eted the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies t o this acquisition. Other clauses that apply are as follows: 52.204-7 Central Contractor Registration (Oct 2003), 52.247-34 FOB Destination (Nov 1991), 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Deviations in Clauses (Ap r 1984), 252.204-7004 ALT A Central Contractor Registration (Nov 2003) and 252.225-7002 (Apr 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this acquisition. Spe cific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Aternate I (Oct 1995), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Auth orities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-13 Restrictions on Certain Foreign Purch ases (Dec 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition to include 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (June 2004), 252.232-70 03 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of supplies by Sea (May 2002). All clauses referenced herein may be ac cessed electronically at the following web addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil/. If you plan on participating in this acquistion you are required to provide your name, address, phone number, and E-mail address to Kevin Park er via E-mail to Kevin.Parker@natick.army.mil or fax to (508)233-5293 for notification of amendments. If you should have technical questions, please submit them by E-mail up to Friday, 19 August 2005. Proposals shall be submitted to the US Army RDECOM Ac quisition Center, Natick Contracting Division, ATTN: AMSRD-ACC-NM (Kevin Parker) Kansas Street, Building 1, Natick, MA 01760-5011. The closing date and time for this combination synopsis/solicitation is 25 August 2005 by 3:30 Eastern Time.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00874976-W 20050821/050819212501 (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.