Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOURCES SOUGHT

R -- Electronic Publishing, Marketing & Management Support

Notice Date
7/25/2012
 
Notice Type
Sources Sought
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0EPMMS
 
Response Due
8/2/2012
 
Archive Date
10/1/2012
 
Point of Contact
LANCE K.ALLEN, (757) 878-3166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(lance.k.allen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT For Electronic Publishing, Marketing & Management Support For U.S. Army War College for Strategic Studies Institute Carlisle Barracks, PA Contracting Office Address: Mission & Installation Contracting Command (MICC) 2746 Harrison Loop Fort Eustis, VA 23604 This Sources Sought announcement is for planning purposes only and is a market research tool to determine availability and adequacy of potential certified small business sources under North American Industry Classification System (NAICS) Code 519130 (Internet Publishing and Broadcasting and Web Search Portals, SB Size Standard, 500 Employees. The Government is under no obligation to pay for information submitted in response to this Sources Sought. All the information submitted will be considered and treated as public information. The vendor should not include any pricing or proprietary information. This is not a Request for Proposal or Quote; therefore, responses to this notice will not be accepted as offers. Background: The U.S. Army War College (USAWC) Strategic Studies Institute (SSI) must be proactive in support of its Research and Publication, as well as its Strategic Communications functions, as mandated by TRADOC Regulation 10-10, to compete successfully in the marketplace of strategic ideas, analyses, and planning. SSI must reach beyond the ever-decreasing audience that responds to hard copies of strategic analysis products. Increasingly, important market segments respond to electronic media and order to compete with other government, academic, and private research institutions and ensure the USAWC's capacity for promoting Army concepts and values, explaining Army positions, influencing the national security debate, and educating Army and non-Army audience. SSI requires web development and maintenance, editing, and marketing support for electronic publishing support to convey the Army's message. Additionally, this contract will enable the USAWC to realize cost savings by progressively moving from a paper-based to an electronic editing and publishing capability via an enhanced website and web presence. SSI conducts research, analysis, publication, and strategic communications programs and conferences in support of the Army's senior leaders that benefit the Army and the Nation. The contractor shall assist academic engagement operations in the web-based electronic advertising and the conduct and management of these functions by planning for and marketing these activities worldwide and developing methods to simultaneously handle and synthesize the various data generated before, during, and after such events via an enhanced website. This includes but is not limited to pre-conference interface with potential participants and attendees; streaming video; video teleconferencing; video post-production, and conference videos posted to the website, for example using the Bright Cove Platform capabilities. The Mission Installation & Contracting Command (MICC), Fort Eustis, VA on behalf of the USAWC SSI, Carlisle Barracks, PA, is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential certified small business firms that have the web-based skills, experience, knowledge, and capabilities necessary to provide administrative support to USAWC SSI. Small business firms should also designate SDB, HUBZone, 8(a), WOSB, SDVOSB, etc., number of employees, annual revenue history (last 3 years), office locations, DUNS/CAGE Code numbers, and a statement regarding current business status, in their responses, if applicable. Large businesses need not respond, nor will a response submitted be considered. This sources sought is only open to certified small business firms. The small business firms responding to this sources sought notice must provide their Statement of Capabilities addressing the following: 1. Demonstrate the web-based skills, experience, knowledge, and capabilities necessary to perform the support services for the requirements specified within the Draft Performance Work Statement (PWS) attached to this announcement. Statements should address the specific requirements of the PWS and identify the firms' specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. 2. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Email Address: 3. Does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and, similarity of scope and effort. 4. Does your company possess the capabilities to provide the entire range of services called for by these requirements? If not, please list what services in these requirements your company can provide? 5. The Government understands that teaming is an integral part of contracting. Please briefly describe how you would approach selecting team members or subcontractors for this requirement if you are not performing this action 100% in house. 6. Has your Company performed this type of effort or similar type effort (to include size and complexity), currently or in the past? If so provide as much of the following information as possible; Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 7. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Other than the Draft Performance Work Statement attached to this sources sought notice, no further documentation will be provided. The Government requests that interested small business offerors submit an electronic response of not more than ten (10) pages, 8.5" x 11" paper, 12-pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, and address. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. No solicitation exists; therefore, do not request a copy of a solicitation. Be advised that all correspondence sent shall contain a subject line that reads "Sources Sought Response. If sending attachments with e-mail, ensure only.PDF documents are sent. Responses are due no later than 4:00 PM EST on 2 August 2012. Responses received after this date and time may not be reviewed. Send responses electronically to: Mr. Lance Allen, Contract Specialist, email Lance.k.allen.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62d0b19f4bb134e57ba7bcfa38d4e579)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02815542-W 20120727/120726000713-62d0b19f4bb134e57ba7bcfa38d4e579 (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.