Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2023 SAM #7886
SOURCES SOUGHT

R -- Useful Fiction

Notice Date
6/29/2023 6:48:47 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA4814 6 CONS PK TAMPA FL 33621-5119 USA
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUJU06292023
 
Response Due
7/18/2023 7:00:00 AM
 
Archive Date
08/02/2023
 
Point of Contact
Ramon Jimenez, Phone: 8138284018
 
E-Mail Address
ramon.jimenez.7@us.af.mil
(ramon.jimenez.7@us.af.mil)
 
Description
The 6th Contracting Squadron (6 CONS) at MacDill AFB issues this sources sought synopsis for information only to locate sources who are capable of fulfilling the following requirement: The Joint Special Operations University (JSOU) located at MacDill AFB has an upcoming requirement for useful fiction. Summary of Requirement: Develop Narrative and Visualization Products: Develop immersive, creative, high-quality fictional narratives and visualizations informed by real-world data to enable identification, communication, and understanding of future trends, and the associated strategy and planning implications. Narratives shall be original content and blend professional-quality fiction and nonfiction writing. They shall be clear, concise, persuasive, and engaging, and shall be of appropriate length for the identified audience, which may range from action officers to senior leaders and other key stakeholders. Visualization products shall be original artwork containing highly creative and visually impactful content. Narratives and visualizations shall be appropriate for use in multiple DoD strategy and planning initiatives and should be highly effective and informative for the intended audience. Product formats may include Microsoft Word, Microsoft PowerPoint, or other common digital formats acceptable to the Government. Products shall be delivered to the Government at the completion of the effort in a digital format of suitable quality for publication and social media. Products shall be unclassified unless otherwise directed and shall not intentionally disclose sensitive information outside of Government-approved channels. Product development options should include the following: a) Individual narrative and/or visualization products to support specific, stand-alone efforts, research initiatives, official reports, etc. b) Multiple narrative and/or visualization products with a common focus in order to build a comprehensive collection or library of related artifacts on a given topic. c)Support to wargaming or other military planning events to engage participants with scenario-based read-aheads and reference document, as well as after-action products to assist with lessons learned. � � � � ��2. Conduct Strategic Narrative and Change Management Workshops: Conduct professional-level workshops to educate participants on research methodologies, strategic thinking and forecasting, and development of effective strategic narratives. Workshops shall incorporate hands-on exercises to ensure participant success through feedback, repetition, and retention. Successful participants shall be able to identify key audiences, determine possible communication methods, develop effective narratives, and ultimately influence strategic and tactical initiatives in support of National Defense. � � � � 3.�Provide Support to Existing Government Projects: Provide professional-level on-call support, mentoring, and editing services to the Government to aid in its development of immersive, creative, high-quality narratives. � � � � 4.�Expertise and Past Performance: Qualified contractors must provide evidence of success in the following areas: a) Experience in professional-quality writing, visual design, and publication of fiction and nonfiction documents, particularly related to DoD initiatives, future technologies, and global conflict. b) Demonstrated history of outstanding contract performance to the DoD and/or Allied partners related to the key tasks. This sources sought is an advance notice for information for planning purposes only and is not a solicitation. The North American Industry Classification System is 541990 and size standard is $19.5M unless otherwise noted. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov.� Prime contractors, must be US-owned entities, who intend to submit a proposal for this solicitation. Interested organizations may submit their capabilities, and qualifications to perform the effort in writing, including their DUNS number and Cage Code, to the identified point of contact not later than 10:00 AM EST on 18 July 2023. Such capabilities/ qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information, a detailed capabilities statement stating their experience in providing the same or similar work described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business), business size based on NAICS 541990, and a positive statement of interest to submit a proposal. This request for information is not a commercial solicitation and the Government will not pay for any information submitted, or for any costs associated with providing the information. Interested parties capable of performing this requirement should send e-mail to: ramon.jimenez.7@us.af.mil IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Primary Point of Contact: Ramon Jimenez ramon.jimenez.7@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0f4e47e27cf4b02a047cecea87e05cc/view)
 
Place of Performance
Address: Tampa, FL 33621, USA
Zip Code: 33621
Country: USA
 
Record
SN06733129-F 20230701/230629230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.