SOLICITATION NOTICE
R -- Public Affair Specialist to support SERO IMA at Fort McPherson, GA. BRAC experience needed.
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
- ZIP Code
- 30330-1096
- Solicitation Number
- W91PFT6236A4CD
- Response Due
- 9/27/2006
- Archive Date
- 11/26/2006
- 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; quotes are being requested and a written solicitation will not be issued. The reference number is W91PFT6236A4CD and is issued as a Request for Quotation (RFQ). The North American Industry Classification (NAICS) Code is 541611, The U.S. Standard Industrial Classification (SIC) is 8741; and the business size standard is $6.5M. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors must be approved and registered in Central Contractor Registration (CCR) (www.ccr.gov) prior to award in accordance with FAR 52.204-7. Offerors shall provide a firm fixed-price offer. The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government. It is the intent of the South East Region Installation Management Agency (SERO) (IMA), Fort McPherson, Georgia to procure a Public Affairs Specialist. The contractor will support Public Affairs services to include: coordinating with SERO IMA Public Affair s staff to develop a public affairs program for the Base Realignment and Closure program or BRAC for 19 Public Affairs offices in the SERO IMA agency. The contractor shall have a Bachelors degree from an accredited American college or university in comm unications, journalism, public relations, English or closely related field. The contractor shall have experience in experience in the BRAC Public Affairs environment. Experience in Public Affairs downsizing, base closures and re-organizing units and inst allations. The contractor shall have no less than four (4) years of professional work experience in preparing news stories, briefings, speeches, PowerPoint presentations and developing both internal and external communication strategies. The contractor m ust have the ability to convey analysis and information orally through briefings, consultation and other presentations. The contractor must be able to work collaboratively with others. Contractor must have strong oral communication skills. Contractor wi ll work effectively in a high pressure environment. Contractor must be proficient in Microsoft Word, PowerPoint, Excel, and Access. SPECIFIC TASKS: a. Responsibilities include supporting the public affairs and public information needs of the SERO IMA employees, assisting in the preparation of the communication plans and activities, scheduling informational lectures, attending meetings with SERO IMA staff, preparing news stories, briefings, speeches and PowerPoint presentations regarding the BRAC PAO projects. Contractor must be capable of organizing materials written by others for publication, report, or analysis. Coordinates site visits, and m aintains liaison with Garrison and Depot Public Affairs Officers under SERO IMA oversight and HQ IMA BRAC steering committee which is responsible for the overall management of the BRAC IMA program. b. The contractor shall be responsible for monitoring media relations activities regarding BRAC throughout the SERO IMA region. Obtain necessary information reports from media news stories. Provide feedback and follow up to superiors to ensure they are aware of media reports impacting the region. Prepare reports and briefings on BRAC program status to key staff elements. Compose correspondence as necessary for the SERO IMA Public Affairs Officer's approval. c. Responsibilities include travel (not to exceed 10% duty time) in the Southeast Region area of operation. PERIOD OF PERFORMANCE: Contract start date is 29 Sep 06 through 28 Sep 07. There are three (3) one year renewal option periods, from 29 Sep 07 through 28 Sep 08, 29 Sep 08 thro ugh 28 Sep 09 and 29 Sep 09 through 28 Sep 10. WORK HOUR/DAYS: The government will determine the work schedule to best meet the needs of the office, with a work period of 8 hours per day, 40 hours per week. The contractor will work a full 8-hour workday during the period of 0800-1700. Normally a min imum of 40 hours will be worked per week, which may include weekdays, weekends or nights. Contractor will not be required to work on U.S. federal holidays. GUIDELINES: All tasks shall be accomplished in accordance with U.S. Army regulations and local command policies and publications. SECURITY: Contractor is required to have or ability to obtain a Secret Security Clearance. MATERIALS AND EQUIPMENT: The government will provide all necessary equipment, supplies and materials to include workstation, computer (with internet access), telephone and other materials and equipment mutually agreed to fulfill the requirement mutually a greed to fulfill the requirements of this contract. Contractor will wear an identification name tag/badge to clearly identify who they are. This identification badge will be worn on the upper torso and is at contractors personal expense. ATTIRE: To project a professional image, contractor shall wear appropriate Business attire (conservative slacks, blouses, shirts, dresses, and skirts) Monday-Friday. The following provisions and clauses apply to this acquisition and the full text may be viewed at the following web site: http://farsite@hill.af.mil 52.212-1, Instructions to Offerors Commercial (Jan 2005); Addendum 52.212-1 Instructions to Offerors The offeror will need to submit the following items with their quote: 1) Complete bid schedule, and any/all amendments 2) Resume demonstrating qualifications and experience in accordance with the Performance Work Statement. 3) Include a minimum of 3 References of Prior Public Affairs Experience/Employment 5 2.212-2, Evaluation Commercial Items (Jan 1999): Addendum 52.212-2 Evaluation Factors Quotes will be evaluated in accordance with FAR 13.106-2 and 15.101-2, which will be based on lowest price technically acceptable. A comparative evaluation between offers will be conducted. The basis for award will be determined by the lowest evaluated price of proposals meeting or exceeding the acceptability requirements stated below. The Government will award the contract to the offeror who represents the Best Value in terms of acceptab ility and price. Evaluation Criteria The following factors will be evaluated: Technical Capability and Price (These factors are of equal importance). The government shall award the contract to the responsible offeror providing the Lowest Price Technically Acceptable (LPTA). In order t o be technically acceptable the contractor must meet the following requirements: TECHNICAL ACCEPTABILITY REQUIREMENTS Contractor must have Four (4) years of professional work experience in preparing news stories, briefings, speeches, PowerPoint presentations and developing both internal and external communication strategies is required. Previous experience and knowledge in the Base Realignment and Closure (BRAC) Public Affairs environment is preferred. Public Affairs experience in downsizing, base closures and re-organizing units and installations. PRICE The proposed price will be evaluated to determine if it is reasonable and complete. It will also be evaluated to determine the offerors understanding of the contract requirements as expressed by the solicitation. Unreasonably low or high prices may be rej ected. The Government reserves the right to award to other than the lowest priced offeror. CLIN 0001: Public Affairs Specialist, 12months x $________; CLIN 0002: Local Travel Not To Exceed $4,157.00 per year; CLIN 1001: Public Affairs Specialist 12months x $________; CLIN 1002: Local Travel Not To Exceed $4,157.00 per year; CLIN 2001: Public Affairs Specialist 12months x $________; CLIN 2002: Local Travel Not To Exceed $4,157.00 per year; CLIN 3001: Public Affairs Specialist 12months x $________; CLIN 3002: Local Travel Not To Exceed $4,157.00 per year. 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2006) the following apply under this clause, 52.203-6, Restrictions o n Subcontractor Sal es to the Government (Jul 1995); 52.219-27 Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.22 2-3, Convict Labor (June 2003); 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); 52.225-3, Buy American Act-Free Trade Agreements -Israeli Trade Act (June 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (O ct. 2003); 252.212-7001, Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005), the following apply under this clause: 52.203-3 Gratuities (April 1984); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 2 52.225-7012, Preference for Certain Domestic Commodities (June 2004). Other applicable clauses are: 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract; 52.228-5, Insurance Work on a Government Installati on (Oct 1995), 52.232-18 Availability of Funds (Apr 1984), 252.232-7007, Limitation of Governments Obligation (Aug 1993) fill-in will be completed upon contract award. A completed copy of the provision at 52.212-3, Offeror Representations and Certificati ons Commercial Items and 252.212-7000, Offeror Representation and Certification Commercial Items (Nov 1995) shall be submitted with the quotation. All proposals shall be clearly marked with the offerors name and the above referenced number. RECEIVE OFFERORS NO LATER THAN 12:00 PM, Wednesday, 27 SEPTEMBER 2006, EST. Point of Contact: Karyn A. Chandler, Contract Specialist, 404.464.2330. Email your questions to karyn.chandler@forscom.army.mil. Place of Performance Address: Fort McPherson, Georgia Postal Code: 30330-1096 Country: United States of America It is the responsibility of the contractor to check frequently for any amendments or changes to this solicitation.
- Place of Performance
- Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
- Zip Code: 30330-1096
- Country: US
- Zip Code: 30330-1096
- Record
- SN01150976-W 20060923/060921221324 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |