The RFP Database
New business relationships start here

Communications & Exhibits


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT TECHNICAL DESCRIPTION


INTRODUCTION


The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of Office of the Chief of Public Affairs (OCPA) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Communication Planning; Communication Execution and Products; Communication Research; Communication Evaluation and Assessment; and Exhibit Management. The intention is to procure these services on a competitive basis.


PROGRAM BACKGROUND


The Communication Planning; Communication Execution and Products; Communication Research; Communication Evaluation and Assessment; and Exhibit Management herein after referred to as the "Communications Requirement", is designated as an essential program for OCPA. In accordance with these assignments, the contractor shall provide the following:


REQUIRED CAPABILITIES


Communication Planning: The contractor shall conduct, develop, and perform comprehensive planning for executing communication operations; support the communication planning component of all Army strategic planning venues and products; support the planning and development of strategic-level outreach engagements, events, partnerships; support Army operational planning by developing and coordinating communication annexes, public affairs guidance and other associated documents to Army and Department of Defense (DoD) plans.


Communication Execution and Products: The contractor shall formulate and support communication campaign plans, assessment data gathering, strategic crisis communication, outreach activities, events, conferences and related support mechanisms, and produce communication and media products to support the execution of communication campaign plans.


Communication Research: Conduct communication research in support of Army communication strategy and objectives. This includes Operations Research and Analysis capabilities and expertise to assist in the development and execution of strategies that deliberately and consistently measure the strategic effects of Army communication efforts.


Communication Evaluation and Assessment: Provide strategic and tactical-level communication program evaluation services to support the assessment of the effects achieved by internal and external Army communication programs. This capability includes strategic and tactical level media analysis to support OCPA.


Exhibit Management: The contractor shall provide support services for exhibit management, including designing, producing, updating and maintaining of various two-dimensional (2-D) and three-dimensional (3-D) displays as well as pop-ups displays to promote Army messaging, Army pride and the Army's story.


Further detail of the services in support of the areas specified above are provided in the DRAFT Performance Work Statements (PWS) attached to this announcement (Attachments 1 & 2).


PLACE OF PERFORMANCE


Location: 1500 Army Pentagon, Washington DC 20310
% On-Site Government: 80%; % Off-Site Contractor: 20%


SPECIAL REQUIREMENTS


Personnel and Facility Security Clearances: A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain Secret Personnel Clearance.


The contractor shall be responsible for ensuring that the provisions of security related contract clauses flow down to their subcontractors as well as any lower tier subcontractors.


ELIGIBILITY


The applicable NAICS code for this requirement is 541611 - Administrative Management and General Management Consulting Services with a Small Business Size Standard of $15,000,000. The Product Service Code is R426 - Support Professional: Communications Excludes Language Translation and Sign Language Interpretation. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


If your organization has the potential capacity to perform these contract services, please provide the following information:


1) Organization name, address, email address, website address, telephone number, and size and type of ownership for the organization.


2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?


2.) Can or has your company managed a task of this nature? If so, please provide details.


3.) Can or has your company managed a team of subcontractors before? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks?


5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.


6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.


7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


9) Your submission shall provide a clear distinction on your ability to meet the requirements of each of the Performance Work Statements (Attachments 1 and 2) included in this announcement. If your firm has the capability to only meet the requirements of one of the Performance Work Statements, this shall be clearly depicted in your submission.


The estimated period of performance consists of Base year plus 2 options years with performance commencing in 01 October 2017. Specifics regarding the number of option periods will be provided in the solicitation, should a solicitation be released.


The contract type is anticipated to be Firm Fixed Price (FFP). The Level of Effort for each year is estimated at 32,145 man-hours.


The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 2 pm, EST, 10 March 2017. All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Ms. Laura Burgos-Magidson, laura.e.burgos-magidson.civ@mail.mil.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


No phone calls will be accepted and no feedback or evaluations will be provided to companies regarding their submissions.


All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."


 


Laura E. Burgos-Magidson, Contract Specialist, Phone 9737244769, Email laura.e.burgos-magidson.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP