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
MODIFICATION

76 -- This posting only contains the Scope of Work for the noted combined solicitation/synopsis. Please see the designated postings for more information pertaining to this acquisition

Notice Date
12/13/2007
 
Notice Type
Modification
 
NAICS
323117 — Books Printing
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY08T0003
 
Response Due
1/28/2008
 
Archive Date
3/28/2008
 
Point of Contact
chaquandra, 256-895-1897
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(chaquandra.k.wilson@usace.army.mil)
 
Small Business Set-Aside
Total HBCU
 
Description
Scope of Work for the Preparation of a 10-year History of the U.S. Army Engineering and Support Center, Huntsville General: The Contractor shall perform all research necessary to prepare in a scholarly, professional manner, a 10-year updat e covering 1998 through 2007 to the history of the U.S. Army Engineering and Support Center, Huntsville. The history shall be comprised of a narrative presentation with appropriate illustrations, footnotes, bibliography, and appendices. The narrative shal l be comprehensive, analytical, and balanced. It shall be written in a clear, crisp style attractive to the general public, and reflect the careful research and thought necessary to find acceptance in the scholarly community. Content: The Contra ctor shall address all significant issues relating to this topic, including at a minimum, those listed below. Therefore, the following list is not all-inclusive; the final list of the topics to be covered will be reviewed and approved by the Contracting Of ficer Representative (COR). General areas to be covered in the history include, but are not limited to: Commanders, their biographies, and changes they instituted; key civilian biographies, assignments and achievements; organizational awards and achieveme nts; organization changes and their impacts; developments and lessons learned in product lines, major programs and important projects; developments and issues associated with the various Centers of Expertise and the Centers of Standardization; business man agement and metrics; and an analysis of major contributions from the Huntsville Center to the Corps and the U.S. Army. The following topics shall be covered: a. an introduction and overview of the history of Huntsville Center since its stand-up a s the U.S. Army Corps of Engineers, Huntsville Division in 1967. b. an overview of the Center including its geographic areas of operation, major mission areas, and how Huntsville Center supports its customers. c. the role of Center pe rsonnel with emphasis on their leadership in meeting the challenges presented by a wide variety of missions, customers, manpower and funding; d. relationships between the Center and the Office of the Chief of Engineers (HQUSACE), other federal age ncies, and academic institutions (if applicable); e. historical analysis of trends/strategic direction of the Corps of Engineers Military Programs in relation to Huntsville Center work during this time frame. f. an examination of the cha nges in the Centers workload over the past decade g. the role of the Center in providing personnel and support to the Corps of Engineers contingency missions (hurricane and tornado recovery efforts, Global War on Terrorism, etc.); h. b ackground of and reason for major Huntsville Center policy decisions, courses of action considered as well as those taken, and whenever possible, an analysis of the results, the impact of decisions taken by higher authorities, on Huntsville Centers progra m should be analyzed; i. discussion of historical lessons learned, to include analysis of extent to which lessons were or were not applied; j. discussion of Centers role in support of the Army, Air Force, Navy, and other government agencie s; k. an analysis of regional planning and cooperation among the Center and Corps Districts; and, l. an overview of the Centers small offices and their changes; Sources of Research Materials: At a minimum, material may be gathered from, but not limited to historical archival data available at the National Archives and Federal Records Centers: Record Group 77--Records of the Office of the Chief of Engineers and Record Group 338--Records of U.S. Army Commands; Historical and Current Project Files in Center Offices, including periodic letters to the Chief of Engineers and from Center personnel; Newspapers; Congressional Hearings and Documen ts; Annual Reports of the Chief of Engineers; Center histories and their updates; archival collections at appropriate state and local historical organizations, and state libraries and archives. The Contractor will also be expected to travel regularly to th e Centers physical location in Huntsville, Ala., and to Center project/resident offices (if necessary) to conduct research, collect documents, and conduct oral history interviews. As a part of writing the history, the contractor will be required to complete oral history interviews with current or retired Huntsville Center military and civilian personnel. The interviews will be recorded using high quality digital recording equipment and transcribed at the contractors expense using a format provide d by the government. The interviews will be conducted in the Huntsville Center area of operations, and the names of interviewees shall be provided to the contractor by the COR. The contractor will be responsible for gathering the images, illus trations, maps and/or charts that will illustrate the history. While the focus of the book will be narrative history, the manuscript will also be heavily illustrated. The contractor will be responsible for collecting and digitizing sufficient photographs a nd maps to illustrate the history to reflect, in an interesting and engaging way, what the Huntsville Center does, the areas in which it operates, and its employees and contractors at work. Images will be scanned as 300 dpi TIFF files and provided to the g overnment electronically. The contractor will be responsible for all travel in conjunction with research and interviews conducted during the preparation of this history. The contractor will have access to all the Center official files and ind ividual employees will be officially encouraged to share documents with the contractor. Work Tasks: a. Initial meeting: Within fifteen days of contract award, the contractor shall meet with the Contracting Officers Representative (COR), to discuss the work that is required under the terms of this contract. b. Submit research plan and schedule. Within fifteen days of the initial meeting, the contractor shall prepare and submit to the COR a research proposal, as well as a schedule for completion of the history. The research proposal shall contain the contractors research plans, allocation of time for research and travel, and preliminary bibliography. The COR shall review the documents and return them to the contractor within 15 days. The COR will review and return subsequent deliverables (outline, draft chapters, and final draft manuscript) within 30 days of receipt. c. Prepare detailed outline: Within three months of the notice to proceed, the contractor shall submit a d etailed outline that outlines the entire history, provides significant amount of information on each topic to be addressed, and includes a preliminary bibliography. The outline is a key step between research and writing, for it allows the contractor to com pile and arrange their research, thereby demonstrating the contractors understanding of the material and allowing the COR the opportunity to alter the contractors research methodology or historical focus before writing begins. d. Prepare D raft Manuscript: Draft copies of each chapter, including the text and footnotes, shall be prepared and submitted to the COR for review and comment as soon as each chapter is completed. The narrative shall be descriptive and analytical in style and shall conform to format, style, and grammar as specified in A Manual of Style, (14th edition, revised), published by the University of Chicago Press, supplemented by the Headquarters, U.S. Army Corps of Engineers (HQUSACE) Style and Publications Guide, 2006. A draft of the first chapter shall be submitted no later than five months after notice to proceed. The last chapter of the draft shall be submitted to the CO R no later than 11 months after notice to proceed. The COR shall review and return each draft product to the contractor within 30 days. The contractor shall resubmit the entire draft, with corrections, to the COR no later than 14 months after notice to p roceed. The draft, as we11 as the final manuscript, shall contain as a minimum the following elements: (a) Title Page; (b) Foreword; (C) Acknow1edgments; (d) Authors Preface, including a short, separate paragraph contain ing biographical information about the author; (e) Table of Contents with chapter titles; (f) List of Tables and/or illustrations; (g) Historical Timeline (h) Copies of proposed photographs, maps and illustrations, complete with captions and credits. The location of the illustrations will be called out in the text; (i) Text; (j) Footnotes; (k) Glossary. as necessary; (l) Bib1iography d. Prepare Final Manuscript: The contractor shall submit the final draft manuscript 15 months after notice to proceed. The final draft sha1l consist of 150 or more double-spaced, typewritten pages, excluding notes, the bibliography, photographs, illustrations, and graphics. The contractor will submit th e draft in Microsoft Word. The margins shall be one inch from top and bottom, and ? inch on the left side. All pages shall be numbered consecutively, with the exception of the front material and it shall be numbered consecutively in roman numerals. All ph otographs, illustrations, and graphics shall be captioned, properly credited, and keyed to the appropriate text. Where required, the contractor will obtain permission to use a particular illustration and will deliver such permission to the COR along with t he manuscript. Government Participation a. Government personnel shall be availab1e to furnish the contractor such information as is available and to ensure the contractor has access to all data, documents, and records in Center offices n eeded for the study. However, it is the responsibi1ity of the contractor to acquire all research materia1s necessary without assistance from Center personnel. b. Contractor personnel shall be expected to work in close coordination with the COR o r other assigned government personnel. c. The Government will provide the contractor with work space for one person at the Center headquarters in Huntsville, Ala., for use as needed. All official or unofficial materials borrowed from the governmen t will be returned upon completion of the study or phase of the contractors work. Use of Information Collected: The contractor will not use the information collected during this contract for any purpose other than preparation of this history prio r to the public release of the printed material without the prior written consent of the COR. In addition, all notes, audio recordings, and transcripts of interviews, and copies of documents collected during the research are the property of the government and will be delivered to the Huntsville Center upon completion of the history. Progress Reports: Throughout the total period of the project, the contractor shall submit monthly written progress reports to the COR due by the 10th day of the month, b eginning with month one following notice to proceed. Any circumstances which might cause delay in meeting schedules will be immediately brought to the attention of the COR. Payments: Payment to the Contractor shall be made in the following incremen ts: 10% of the contract amount following the CORs acceptance of the research plan and schedule; 25% of the contract amount following acceptance of outline; 30% of the contract price following acceptance of the final draft manuscript; and the remaining 35% of the contract amount following acceptance of the final draft. Technical Evaluation Criteria 1. Quoters disqualified shall be removed from furt her consideration regardless of price based on the following criteria: 2. The technical evaluation shall be based upon assessment of a detailed proposal on the history that must be submitted by all app1icants. This proposal shall describe the bidd ers research plans and priorities, and include a bibliography of proposed source materials. 3. The following four factors shall constitute the remainder of the evaluation in ranking potential contractors. (Each quoter must submit a complete vita in order to receive consideration in this rating area. If more than one vita is submitted, the quoter must identify the type and amount of work that shall be performed by each individual). (a) Subject Matter Specialty - is to be based on field of study and expertise in history as it relates to the U.S. Army, and preferably the U.S. Army Corps of Engineers and Huntsville Center. To qualify, knowledge of the U.S. Army is mandatory. (b) Professional Experience in History - is to be based on n umber of years and type of experience in research and writing. This experience shall include demonstrated skills and abilities in research and analysis that shall be judged on the basis of research experience and pub1ications. (c) Writing Skills - is to be based on demonstrated skills shown by the number and quality of historical publications completed, including articles, reviews, books, edited collections, special studies, and staff projects. Quoters shall include a writing sample. (d) Educational Background - should be based on education and degree in history or closely related field, with a minimum of a masters degree. 4. Evaluation factors will include: (a) Experience and technical approach (b) Past perf ormance (c) Price
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01469608-W 20071215/071213225114 (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.