SOLICITATION NOTICE
R -- IRMC/NDU Professional Writing Services - SP4705-10-R-0008
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-10-R-0008
- Archive Date
- 4/14/2010
- Point of Contact
- constance v. house, Phone: 7037671168, Beverly J Williams, Phone: 703-767-1192
- E-Mail Address
-
constance.house@dla.mil, Beverly.J.Williams@dla.mil
(constance.house@dla.mil, Beverly.J.Williams@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number SP4705-10-R-0008, IRMC, NDU for Professional Writing Services, Base Year and Four Option Years This is a combine synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written request for proposals will no be issued. This acquisition will be set-aside 100% for small business. The reference/solicitation number is SP4705-10-R-0008 and the solicitation is issued as a Request for Proposal (RFP). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a contract. To establish a contract, the Defense Logistics Agency must make an offer that can be accepted by the contractor. The contractor can accept the Government’s offer by (1) a signed written acceptance of the Government’s offer or (2) substantial performance in compliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-38, effective December 10, 2009. Provisions clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) may be accessed electronically at www.acqnet.gov/far. (iv) North American Industry Classification System (NAICS) code is 541611 (size standards in number of dollars is $7.0m per annum) applies to this solicitation. (v) This requirement is for Professional Writer Services for a Base Year and Four Option Years. The contractors shall provide services, support, and deliverables in accordance with the Performance Work Statement (PW) to provide the National Defense Univesity (NDU), Information Resources Management College (IRMC) for a BaseYear and Four Option Years. The Offeror must include a completed copy of the provisiont FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract, with a period of performance for Base Year and Four Option Years, resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation stated in the following Performance Work Statement: The Government will be most advantageous to the Government, Quality, Technical, Past Performance and other factors considered. The following factors shall be used to evaluate offers: (a) contractor's quality y to provide required product and services as described in Performance Work Statement and (b) technical. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far. 1.0 Background The Information Resources Management College (iCollege) serves as the Department of Defense’s principal educational resource for seven certificate programs, including Chief Information Officer (CIO), Chief Financial Officer (CFO) and the Advanced Management Programs (AMP). As such, the iCollege is responsible for an extensive number of offerings vital to national security, including Information Assurance, Information Technology, and Financial Management Strategy education. The rapidly evolving nature of the college’s complex development within the National Defense University structure, and the unique circumstances surrounding its genesis, were captured and formally recorded through a special research project. The product, covering the years 1988 through 2008, was published as Launch to Legend! The Transformational Story of the Information Resources Management College. 2.0 Objective All reference materials, reprints, questionnaires, abstracts, summaries, interview notes, and other supportive data shall become the property of the Government. Working title of the primary envisioned document is, Living the Legend…The iCollege turns 25! The purpose of the work is to support the Senior Director of the iCollege. The work involves performing a variety of research and writing functions culminating in the production/publication of Living the Legend!, including the ability to conceptualize program and policy recommendations to the Senior Director and other senior leaders of the iCollege in their efforts to enhance the efficient operation of the iCollege. 3.0 Task The contractor shall: 1.0-Establish and maintain a close, pro-active working relationship with the Senior Director, faculty, and staff. Living the Legend will be the 5-year follow-on to Launch to Legend! and is designed to fulfill four major functions: (1) A comprehensive, historically accurate data base woven into a compelling and informative story, (2) A training and “acculturation” manual for those people who are new to the college as faculty or students/clients, (3) A ready-access source for deftly orienting iCollege’s growing community of Academic and Private Sector Partners, and (4) A detailed expression of the evolving vision for the college as personally expressed by the President of National Defense University (NDU) and the Senior Director of iCollege. 2.0-Develop extensive contact and a trusted communications channel with key players/ contributors/project managers on the faculty and staff. At a minimum, communicate with them on a quarterly basis for detailed college academic updates involving their areas of responsibility/interest. 3.0-Gather and analyze any and all “event” descriptions within the college’s mission envelope that have occurred since the 20th anniversary (Fall of 2008) and that will occur over the remainder of the current year and the following four years, with the described project culminating in the Fall of 2013. Target date for publication will be set to ensure distribution of Living the Legend at the iCollege’s Silver Anniversary Gala in the Fall of 2013. 4.0-Craft written correspondence / descriptions to ensure a comprehensive “inside look” at the transformational nature of essential college programs, activities, conferences, and events. 5.0-Respond as required to the Senior Director’s request for writing/reviewing/editing of special letters, reports, applications, awards, and/or proposals. 6.0-Make any suggestions/recommendations to the Senior Director that may result from the contractor’s exposure to college activities/programs/faculty. 7.0-Compose all final documents in the style, tone, and syntax consistent with the conversational style and tone contained in Launch to Legend!, and that is comprehensively discussed in two reference books, The Tongue and Quill…Communicating to Manage in Tomorrow’s Air Force (1985) Air Force Pamphlet 13-2, and The New Tongue and Quill…Your Practical (and Humorous) Guide to Better Communication (1990), Pergamon-Brassey’s International Defense Publishers, Inc. 8.0-Artistically and creatively develop a format for the final text that is consistent with the initial publication of Launch to Legend The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the parts. Lowest Price quote that passes the technical requirement under 52.212-2 will receive award. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. with other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 offers: The contract will be awarded based on Quality, Technical and Past Performance. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/.The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE Tuesday, March 30, 2010, by 3:00 p.m. Eastern Daylight Time. Offers received after this date and time will not be considered for award. Proposals shall be delivered to DLA Contracting Service Office (DCSO-H), ATTN: Constance House, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. If you have any questions or concerns regarding this solicitation, please contact Constance House at email: constance.house@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-R-0008/listing.html)
- Place of Performance
- Address: Information Resources Management College (IRMC), National Defense University (NDU), Ft McNair, District of Columbia, 20319, United States
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN02100412-W 20100325/100324000029-1ac6d2b35339addf3c996581c72344a2 (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 |