Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

R -- EDITORIAL SERVICES

Notice Date
7/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, District of Columbia, 20503
 
ZIP Code
20503
 
Solicitation Number
CEA-GEN-R-08-0018
 
Response Due
7/18/2008
 
Archive Date
8/2/2008
 
Point of Contact
Brenda B Spriggs,, Phone: (202)395-7669, Donna R Truesdel,, Phone: (202)395-7665
 
E-Mail Address
bspriggs@oa.eop.gov, dtruesdel@oa.eop.gov
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is issued as Request for Quotes (RFQ) # CEA-GEN-R-08-0018. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. This procurement is a small business set-aside under NAICS code 541990. CLIN 0001, Contractor shall provide a firm, fixed-price for the developmental editing and copy editing of CEA’s 2009 Economic Report of the President for publication. The base period of performance is from August 18, 2008 through December 30, 2008. CLIN 0002-Option Year 1, Contractor shall provide a firm, fixed-price for the developmental editing and copy editing of CEA’s 2010 Economic Report of the President for publication. The base period of performance is from August 18, 2009 through December 30, 2009. The award shall be for a base period and one (1) one year options. The contract shall contain an option clause, allowing the Government to unilaterally extend the term of the contract in accordance with FAR Clause 52.217-9, Option to Extend the Term of the Contract. Project Requirements: The Contractor will receive material according to the schedule outlined below and edit the material on-screen, using Microsoft Word. The Developmental Editor shall use MS Word Track Changes (a redline/strikeout) feature, provide printed copy or electronic file of such to the Authors, CEA Members and other CEA interested parties; receive Author’s comments and make final edits for each round of each chapter. Chapter Authors, in conjunction with CEA Council Members, shall have final approval over all editorial changes (as communicated by the Contracting Officer’s Technical Representative (COTR)). The Contractor shall also be available to meet with Chapter Authors, conferring with economists and statisticians, on a mutually agreed-upon schedule. The Contractor must understand that there may be various considerations causing changes or whole parts of Chapters to be rewritten and re-edited and that the Contractor shall be responsible for providing editorial support on the entire Report throughout this time period. Also, newly released data is required to be added regularly as data is received throughout this period, and this shall require a re-edit of whatever material is affected. Due to the mission of the Agency, any number of priorities may preclude some of the CEA employees from meeting the attached schedule deadlines and CEA reserves the right to amend the schedule during the process, if necessary. This will necessitate the Contractor working late nights, weekends, and holidays to provide the edited Word version of the 2009 Economic Report of the President according to the schedule outlined below. Editing support is anticipated to be at the heaviest concentration from September 26, 2008 – November 21, 2008. Deliverables: Weekly Progress Report: The Contractor shall provide to the COTR a weekly progress report that documents the status of this project, includes information on any problems encountered, recommendations, and updated plans to meet schedule and ensure quality. Final Report/Payment: The Contractor shall invoice, for the firm fixed price, upon successful completion of this project and after providing the MS Word files of the developmentally edited version of the 2009 Economic Report of the President to the Government in final format. SCHEDULE: 2008 Economic Report of the President (ERP) Schedule-All Deadlines: 9:00 A.M August 29-Initial outline circulated and meetings to discuss chapters; September 2-ERP Editor (developmental) contract starts and consultations with chapter authors begin (approx. 6-10 chapters);September 5-Revised outlines due, including lists of boxes, charts, and tables; September 26-First drafts due to the ERP Editor (developmental); October 10-ERP Editor returns chapters to Authors/Members/Chief of Staff (COS)/ Fact Checkers/Chief Economist; October 13-Holiday; October 14-Interagency distribution for clearance; October 24-Interagency comments due; October 27-Second drafts due to the ERP Editor (developmental); November 7-Chapter drafts sent to White House for clearance; November 9-Fact Check Books due; November 9-ERP Text Tables & Charts to A.Pilot / P.Scranton / J. Ihrig; November 11- Holiday; November 14-White House comments due; November 18-Chapter authors return edited drafts w/all comments by Members, etc. to ERP Editor (copy); November 21-Copy editor returns edited drafts; November 24-Chapters with tables and charts to Graphics; November 26-Graphics returns Proofs; November 27-Holiday; December 1-Out loud reading sessions; December 23 CEA sends changes on Proofs to Graphics; December 4-Final Review of Proofing Changes at Graphics; December 8-Graphics prepares diskette and transmits to Government Printing Office (GPO); December 8-Proof Inspection at GPO (selected staff); December 12-GPO delivers hardbound copies for the President signature; December 12-GPO delivers advance copies of ERP; December 15-Release ERP Government Furnished Resources: It is anticipated that most of the services provided under this order will be completed off-site at the Contractor’s facility. However, as needed and agreed to by the COTR, the Contractor shall be provided access to a personal computer and a telephone for official purposes in the office space occupied by the Council of Economic Advisors, Washington, DC 20503. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) Resume that demonstrates experience and extensive knowledge of economic and statistical disciplines and related experience editing economic publications; (2) past performance references to include the contact name and telephone number, contract number, company name, brief description of project, dollar value, period of performance and type of contract; (3) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award.) The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Resume: The resume shall demonstrate experience and specification as follows: Extensive knowledge of economic and statistical disciplines and related experience editing economic publications; A high level of comfort with economic concepts, sufficient to convey information to subject matter specialists; Recent experience editing 300+ page documents with short deadlines; Ability to work quickly and efficiently to edit a publication, which in recent years has run to 300 pages of text, charts, tables, and text boxes andExceptional editing skill. (2) Past Performance: This section shall consist of a narrative description of demonstrated, relevant and recent past performance. Relevant is defined as work similar in complexity and magnitude of the work described in the statement of work. Recent is defined as within the last 3 years. Past Performance descriptions of 3 relevant projects shall be provided – please limit your description to ½ page each. (3) Price Proposal: The price proposal shall consist of the fixed hourly rate to be charged by the Contractor to provide developmental editing and copy editing of CEA’s 2009 Economic Report to the President. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (June 2008). The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Feb 2007), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (June 2008) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.217-9, Option to Extend the Term of the Contract; 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). The following EOP clauses shall apply: (1) Prohibition of Advertising of Award. The Contractor shall not refer to this award in commercial advertising, or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President (EOP), the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the Contractor is restricted from reproducing the image(s) of the EOP in any form of commercial advertising, or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer (CO). (2) Restriction Against Disclosure. The Contractor agrees, in the performance of this task order, to keep the information contained in the source documents furnished by the EOP in the strictest confidence, said information being the sole property of the EOP. The Contractor also agrees not to publish, reproduce or otherwise divulge such information, in whole or in part, in any manner or form, nor authorize or permit others to do so, taking reasonable measures as are necessary to restrict access to the information, while in his or her possession, to those employees who must have the information to perform the work provided herein on a “need-to-know” basis, and agrees to immediately notify the Contracting Officer in writing, in the event the Contractor determines, or has reason to suspect, a breach of this requirement. The Contractor is responsible for ensuring all employees involved in the performance of this task order to sign the EOP Non-Disclosure Agreement. (3) Security. All contractors accessing EOP systems shall be required to comply with all computer security policies and practices of the EOP. In addition, contractor personnel who are granted special access privileges to perform system administrator functions will be required to sign a Special Access Privileges Agreement. This agreement ensures that privileges will only be used for required functional purposes. Contractors will also: Ensure that the design, development, maintenance and operation of any system they are tasked to support is conducted in compliance with regulatory and EOP procedural requirements. For system development projects, a system specific security plan must be prepared and presented to the COTR and the EOP Security Office for approval prior to implementation. Unless approved by the COTR and the EOP Security Office, the Contractor will not: Load commercial off-the-shelf (COTS) products, custom-developed software, shareware, freeware, or other software onto any EOP workstation or server. Modifications to the standard software configurations must be approved by the IS&T Change Management Committee prior to implementation. Load or implement any network monitoring or scanning tools. Make any modification to EOP Perimeter Controls (firewalls, routers, ACE Servers, Modems, etc). Through the COTR, the Contractor should consult with the EOP Security Office when there is any question concerning EOP computer security policies and procedures. See Note # 1. Quotes are due by 2 pm, July 18, 2008, and must be delivered via Federal Express or UPS to the Office of Administration, Procurement and Contract Management Office, c/o GSD/RDS, Anacostia Naval Annex, 250 Murray Lane, SW, Bldg. 410, Door 123, Washington, DC 20509, Attn: Brenda Spriggs (no faxes will be accepted) or email offer to Solicitation@oa.eop.gov. Questions concerning this solicitation may be addressed to Brenda Spriggs at 202-395-7669 or to Donna Truesdel at 202-395-7665.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=87c1ceb93107241813e637f2ea21ade4&tab=core&_cview=1)
 
Place of Performance
Address: 725 17TH Street, NW, Washington, District of Columbia, 20503, United States
Zip Code: 20503
 
Record
SN01607016-W 20080705/080703215458-87c1ceb93107241813e637f2ea21ade4 (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.