Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2013 FBO #4142
DOCUMENT

R -- Navy Public Affairs and Visual Information Support Services - Attachment

Notice Date
3/26/2013
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018913RQ013
 
Response Due
4/9/2013
 
Archive Date
9/30/2013
 
Point of Contact
Sandra Bennett, Contract Specialist, 757-443-1409; Carissa Butler, Contracting Officer, 757-443-1338
 
E-Mail Address
sandra.w.bennett@navy.mil
(sandra.w.bennett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled, Solicitation for Information and Planning Purposes, this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price Indefinite Delivery Indefinite Quantity type contract for Navy Public Affairs and Visual Information Support Services under NAICS Code 541611 with a size standard of $14.0M. It is anticipated that the period of performance for this requirement will be a 12 month base year beginning on or about September 25, 2013, with two 12 month option periods. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Background: The Department of the Navy, Navy Public Affairs Support Elements (NPASE) mission is to train, equip, and employ expeditionary public affairs (PA) forces that support fleet and component Commanders with scalable and immediate deployable force packages with current and emerging PA and visual information (VI). This includes providing individuals and detachments which are trained in PA and VI operational and tactical planning execution and assessment; broadcast and print journalism; multi-media production; and specialized hand-held imaging capabilities that documents force deployments and activities of the Navy, and when tasked to other services, for the attainment of naval, military and national objectives. NPASE s Table of Allowance (TOA) consists of approximately 600 line items of PA/VI equipment. NPASE does not have the necessary manning or space to support the inventory needed to conduct its mission. Therefore, contractor support is needed to provide services to fabricate, assemble, package, store, and ship expeditionary imagery kits and provide training on the VI systems in the expeditionary imagery kits. Scope: The Contractor shall furnish all the necessary services, qualified personnel, and facilities, not otherwise provided by the government, as needed to perform the work described in the Performance Work Statement (PWS). This includes conducting research, providing assessments, and making recommendations to the Command regarding all things pertaining to the TOA. The contractor shall execute TOA change requests as directed and provide technical and engineering support in the development of PA/VI kits and systems for deployed NPASE personnel. The contractor shall work directly with the Contracting Officer s Representative (COR) to determine the requirements of the PA/VI kits and systems and develop a preliminary list of contents for review and approval. The contractor shall maintain lifecycle management of all equipment; provide operator and maintenance training for the kits upon delivery; and provide logistical support to the government by receiving, transporting, storing, and shipping PA/VI equipment. The contractor shall load any required software to PA/VI systems and equipment and ensure proper connectivity with imagery acquisition, input/output, and production devices. Contractor services include creating backup images of the loaded system and making it available to the government. This ensures that the government has an accurate and dependable means for restoring the system in the event of a computer failure. In addition, the contractor shall install and integrate Commercial-Off-The-Shelf (COTS) software such as Adobe Photoshop on PA/VI systems and equipment. Contractor personnel shall be trained, qualified and experienced in working as Equipment Logistics Managers; Operational Planning and Execution Analysts; Training and Readiness Analysis; Trainers; Imagery Archiving Specialists; and Project Managers. All contractor personnel must possess or be able to obtain a civilian passport if international travel is required and all contractor personnel must be able to hold/obtain a Secret Level Clearance. Place of Performance: The performance of this work will be performed by the contractor at the following locations with approximated percentage times the contractor will be located at these sites: Contractor s Hampton Roads, Virginia, Facility(s) approximately 5 percent; Government s on-site office location at the Naval Base, Norfolk, Virginia approximately 90 percent; and Other locations in the Continental United States (CONUS) and Outside Continental United States (OCONUS) approximately 5 percent. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive acquisition strategy for the support services detailed above and in the attached PWS. Responses to this Sources Sought request should reference N0018913RQ013 and shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, WOSB, SB, Veteran-owned, etc., in accordance with the NAICS Code. 3. Contractor and Government Entity (CAGE) Code. 4. Capability Statement detailing the contractor s ability to provide support services for the requirements specified in the PWS. Relevant past performance information on same/similar work within the last 5 years is to be included. Please include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement. 5. Specific Capability Statement detailing the contractor s ability to fulfill the storage facility requirements. 6. Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Responses to this Sources Sought request should be emailed to Ms. Sandra Bennett at Sandra.W.Bennett@Navy.Mil by 1:00PM EST on April 9, 2013. Again, this is not a request for proposals. This information is for planning and market research purposes only and will not be publicly released. Proprietary information should be clearly marked. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachment: Performance Work Statement (PWS) Navy Public Affairs and Visual Information Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913RQ013/listing.html)
 
Document(s)
Attachment
 
File Name: N0018913RQ013_NPASE_IDIQ_SOW.Sources_Sought.docx (https://www.neco.navy.mil/synopsis_file/N0018913RQ013_NPASE_IDIQ_SOW.Sources_Sought.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018913RQ013_NPASE_IDIQ_SOW.Sources_Sought.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NPASE Headquarters
Zip Code: Norfolk Naval Base
 
Record
SN03021247-W 20130328/130326235141-9199d884c3eb3191ace248841cd8cf8c (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.