SOURCES SOUGHT
R -- Sources Sought Notice
- Notice Date
- 3/3/2011
- Notice Type
- Sources Sought
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91WAW-11-R-0032
- Response Due
- 3/11/2011
- Archive Date
- 5/10/2011
- Point of Contact
- JAMES JOHNSON, 703-428-0495
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(james.johnson154@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command - National Capital Region (ACC - NCR) at Hoffman II, on behalf of the United States Army Acquisition Support Center (USAASC), intends to procure marketing and communications program support using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00 PM/EST, 11 March 2011, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 561920 with a size standard of $7M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 20 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM/EST, 11 March 2011. Small business concerns are to outline their experiences in the following: (1)Explain a minimum of 3 or more years experience the offeror has with designing, editing and producing a full color, quarterly print (consisting of up to 76 pages or more), and monthly online Federal Agency publication that serves a nationwide target audience of 44,000 subscribers; to establishing editorial boards, establishing content management tools and procedures for supporting both print and online publications that provides a secure application for publication management, including an article archival system and document repository that manages article edits chronologically and provides multiple users' access to the information concurrently, trained staffing with the capability to edit, write, provide graphic designs with experience adhering to military Style Guides? (found at: http://www.army.mil/create/content/core.html, www.apstylebook.com, www.armystudyguide.com, and http://asc.army.mil/altmag/default.cfm) (PWS areas 5.1.1 through 5.1.8) (2)Explain a minimum of 3 or more years experience the offeror has with Federal Public Affairs outreach programs, including both traditional print programs and newer online social media platforms and technology that follow the standard guidelines of the U.S. Army's CORE website template (found at: http://www.army.mil/create/content/core.html, www.apstylebook.com, www.armystudyguide.com, and http://asc.army.mil/altmag/default.cfm), and providing a comprehensive Public Relations (PR) Management web-based tools platform that allows PR professionals to build and manage contacts and targeted distribution lists, manage communications, opportunities, and activities with journalists, subject matter experts, community contacts and to track and report on the full spectrum of PR activities, news clippings electronically, and providing IT support for websites that utilize WordPress, Cvent, Adobe Creative Suite software (Photoshop, Bridge, Dreamweaver, Flash, Media Encoder, Illustrator, Acrobat) and that contain databases utilizing sequel server (SQL) platforms housing acquisition workforce career information, resumes, doctrine and training and providing e-mail blasts for distribution of to 2,500-15,000. (PWS areas 5.3.1, 5.3.2, 5.3.3, 5.4.3, 5.4.4, 5.5.1, 5.5.2, 5.6.1 through 5.6.6. 5.7, 5.7.1, 5.7.2) (3)Explain a minimum of 3 or more years experience the offeror has with planning and managing simultaneous nationwide events within the Federal Acquisition community; from project initiation to closing, that range from small meetings to large-scale, complex events, workshops, seminars and tradeshows hosting General Officer, Senior Government (SES) and Political Appointee audiences? (PWS areas 5.8.1 through 5.8.4) (4)Explain a minimum of 3 or more years experience the offeror has with exhibit design, staffing, floor space reservation, installation, dismantle and logistics management working with trade shows such as the Association of the United States Army (AUSA) tradeshow forums, specifically with experience supporting a large scale exhibit that is showcased on a 50 foot x 100 foot (5,000 square feet) floor plan, featuring a two story, two room structure and up to 15 satellite kiosk displays having a combined total exhibit drayage weight of 66,000 lbs. (PWS areas 5.8.4, 5.8.5, 5.8.6) (5)Explain a minimum of 3 or more years experience the offeror has with executing all of the above tasks in a simultaneous fashion, specifically with providing a Federal Agency magazine (consisting of up to 76 pages or more) to a nationwide audience of 44,000, while conducting day to day Public Affairs outreach utilizing online social media platforms, and with providing a comprehensive Public Relations (PR) Management web-based tools platform, while planning, coordinating and executing event management including seminars, workshops and meetings hosting General Officer, Senior Government (SES) and Political Appointee audiences, while planning, coordinating and executing the logistics, installation and dismantle of a complex, large scale exhibit(s) such as at AUSA tradeshows encompassing a two story structure setup on a 5,000 square foot floor plan with surrounding satellite displays, totaling 66,000 lbs of total drayage? Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to James Johnson for this procurement. The Government anticipates awarding a single award firm fixed price contract. The anticipated period of performance will be one (1) Base Period of six (6) months and two (2) twelve (12) month option years. The Contractor shall perform the work at a contractor furnished facility, unless otherwise requested from the Marketing and Communications Program Support Program Manager. If the Contractor is requested to work onsite, the work would initially be performed in the United States Army Acquisition Support Center, which is located at 9900 Belvoir Road, Building 201, Suite 207, Fort Belvoir, VA 22060. Contractor personnel will require a current Secret Clearance. Based on the capability statements received, a written Request for Proposal (RFP) may or may not be posted on or about 29 April 2011. The RFP must be retrieved and downloaded from the Army Single Face to Industry (ASFI) website, https://acquisition.army.mil/asfi. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is James Johnson, email: james.johnson154@us.army.mil, or Geoffrey Gill, email: geoffrey.r.gill@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/73250fa09290a40cfdc5e29baecf6eb5)
- Place of Performance
- Address: Army Contracting Command - National Capital Region (ACC - NCR) Directorate of Contracting, 200 Stovall Street, 11th Floor, Room 11S67 Alexandria VA
- Zip Code: 22332
- Zip Code: 22332
- Record
- SN02392197-W 20110305/110303234226-73250fa09290a40cfdc5e29baecf6eb5 (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 |