Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

D -- Task Force to Improve Business and Stability Operations in Iraq Communications and Public Outreach Support of the Task Force for Business and Stability Operations in Iraq.

Notice Date
12/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-08-ITF-RFI
 
Response Due
12/20/2007
 
Archive Date
2/18/2008
 
Point of Contact
kathleen.sears, (703) 325-9484
 
E-Mail Address
Email your questions to ACA, ITEC4
(kathleen.sears@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request For Information General Information Document Type: Presolicitation Notice Posted Date: 13 December, 2007 Reply Suspense Date: 20 December 2007 NLT 3:00 PM Eastern Time Contracting Office Address Information Technology, E-Commerce & Commercial Contracting Center (ITEC4) Army Contracting Agency (ACA) Hoffman Building 1, 2461 Eisenhower Avenue, Alexandria, Virginia 22331-1700. Description Task Force to Improve Business and Stability Operations in I raq Communications and Public Outreach Support of the Task Force for Business and Stability Operations in Iraq GENERAL. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personnel services necessary to provide research, analysis, and program and executive support as related to the communications effort for any BTA organization. These services will be related to program support for outreach, special projects, writing/editorial needs , collateral design, and production related to publication and conference support. The following information represents the duties that will be performed in support of the Deputy Under Secretary of Defense for Business Transformation (DUSD BT) in Iraq. All work will be undertaken with the knowledge and approval of the appropriate Government/Task Force for Business and Stability Operations in Iraq (TFBSO) personnel. The Contractor shall be responsible for the following work effort hereunder: RESEAR CH, ANALYSIS, PROGRAM, and EXECUTIVE SUPPORT (25%). The Contractor shall: Provide background research on outlets and journalists and advise on media strategy. Brief and prepare DUSD BT for media engagements based on research of media and iss ues. Other research and duties as needed by DUSD BT OUTREACH (60%). The Contractor shall: Provide on-site coordination for media interviews with Public Affairs Officers (PAOs) in theater based on prior approval from TFBSO leadersh ip. Coordinate media embeds with the TFBSO in theatre as directed by the TFBSO leadership. This would include assisting with schedule/agenda and escorting journalist(s) embedded with the TFBSO in theater. Support and coordinate PAO-approved press conferences in theatre as directed. Coordinate speaking engagements in theatre or in the region for DUSD BT and accompany DUSD BT to events (after researching/planning/arranging before departing for theatre). Draft press releases, talki ng points, and other communications documents for PAO use, submitted to the TFBSO Leadership for review and approval prior to submission to PAO and execution. Assist with building positive and productive relationships with PAOs/PAO teams/OSD PA repr esentatives in theatre through sharing information and assisting with PAO tasks. Learn first-hand about TFBSO activities in order to be able to draft better messages for OSD PA use. Learn first-hand about TFBSO activities in order to draft a more co mplete strategic communications strategy for the TFBSO and inspire out-of-the-box thinking on communicating TFBSO messages to the Administration, the media, and internally (internal communications). This strategy will be submitted to the TFBSO Leadership f or review and approval prior to execution. SPECIAL PROJECTS (15%). The Contractor shall assist with special projects as directed by TFBSO leadership. CRC ATTENDANCE. The Contractor shall attend CRC prior to the first 17-day or longer OCONUS travel requirement. PERIOD OF PERFORMANCE. The period of performance is from 01 March 2008 to 28 February 2009. PLACE OF PERFORMANCE: Iraq with CONUS travel ENVIRONMENTAL PROTECTION. All Contractor personnel working on this<BR >contract are required to adhere to sound environmental practices and all applicable Iraqi Environmental Laws and Regulations. ANTI-TERRORISM AND FORCE P ROTECTION (AT/FP). As directed by the Contracting Officer or designated representative, the Contractor will provide any required physical security protective measures and security procedures in coordination with applicable AT/FP measures implemented fo r the site and consistent with base camp design for physical security protective measures and security procedures consistent with base camp design for physically securing spaces, buildings etc. by means of appropriate locks and other securing mechanisms. CONTRACTOR PERSONNEL REQUIREMENTS. All Contractor employees shall either be literate in English or the Contractor will ensure that a translator is available at all times to the extent of being able to read, speak and understand the language in orde r to ensure all safety, health, and security requirements are met. The Contractor shall: Use of government facilities and equipment for employee life support is dependent on availability and is at the discretion of the coalition site commander. All agreements shall be made and coordinated with the contracting officer for documentation of the contract file. All contractor personnel will be required to adhere to FOB Rules and Regulations and any failure to comply may result in expulsion from the Ba se. Provide supervision, quality control, and labor staff adequate to perform the work under this contract. CONUS: 5-days per week (Monday through Friday), not-to-exceed 8 hours; OCONUS: 6-days per week, not-to-exceed 12-hours per day. <B R> Provide personnel information on all employees, as required by the Contracting Officer or designated representative. Travel. CONUS and OCONUS travel is authorized under this requirement. Air travel is strictly limited to coach/economy class only unless prior written authorization is provided by the Contracting Officer. Government Furnished Equipment (GFE). Contractor may or may not be furnished with GFE during the period of performance under this contract. However, should the cont ractor be furnished any Government equipment while providing services under this contract, the contractor shall return all Government issued equipment back to the cognizant Contracting Officers Representative (COR) or the original equipment issuing officer and/or office at termination or expiration of this contract; The Government reserves all rights and remedies for any missing or damaged equipment returned by the contractor at termination and/or expiration of this contract. Some or all of the equipmen t possibly issued by the Government shall be, but not limited to; all life support equipment issued to the contractor at CONUS Replacement Center (CRC), Ft. Benning, GA; Common Access Card (CAC), all other entry badges to the Pentagon or buildings controll ed by CENTCOM, DOD, US Army, Department of State (DoS) or National Security Agency (NSA). LANGUAGE. Business between the Contractor and Government associated with this contract effort shall be conducted in English. CONTRACT TYPE: The Contractor shall accomplish the above requirements on an indefinite quantity/indefinite delivery (ID/IQ), Time & Materials basis. Payment will be made based on labor hours validated by the Contracting Officer's Representative. GOVERNEMNT POINT OF CONTACT (POC) AND CONTRACTING OFFICER: Responses must be sent via email to the following: Ms. Kathleen Sears, Contract Specialist at e-mail kathleen.sears@us.army.mil or Phone (703) 325-9484. Alternate POC Timothy Lower, Contracting Officer at e -mail timothy.lower@us.army.mil or Phone (703) 325-9500.
 
Web Link
ACA-ITEC4
(http://www.itec4.army.mil/)
 
Record
SN01469503-W 20071215/071213224937 (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 |
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.