Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
MODIFICATION

99 -- Writer/Editor Services

Notice Date
8/27/2003
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
3274
 
Response Due
9/5/2003
 
Point of Contact
Joy Dickson, 405-954-1015
 
E-Mail Address
Email your questions to joy.dickson@faa.gov
(joy.dickson@faa.gov)
 
Description
This is a follow-on to Announcement 3078 dated May 2, 2003. Based on responses received, the Federal Aviation Administration (FAA) has determined to narrow potential offerors to Small Businesses located within a 50-mile radius of the Mike Monroney Aeronautical Center (MMAC) at the time of this announcement. This limited geographical requirement is based on the considerable amount of time the contractor will be required to spend at the MMAC. The contractor will interact on a daily basis with the Program Director of the FAA Logistics Center (FAALC), managers, and organizations. The FAA Acquisition Management System (AMS) Business Declaration form (Attachment 1) is required to be completed, signed, and submitted with your response to this SIR1. The FAA, MMAC, Oklahoma City, Oklahoma, has a requirement to obtain writer and editor services for the FAALC. The FAALC will utilize editor/writer services to market its products and services. The purpose of this requirement is to give the FAALC the capability to craft compelling ad text, develop professional brochure text, communicate to its customers, and prepare polished, professional communication materials for its employees. The writer/editor will be required to write brochures and descriptions of the FAALC programs and capabilities, prepare and submit applications for national and agency awards, and develop proposals and briefings as described in the attached draft Statement of Work (SOW), Attachment 2. The FAA contemplates the use of an Indefinite-Delivery/Requirements type contract with time-and-material pricing arrangement and use of task orders. The resultant contract has a potential duration of four (4) years including a base 1-year period with three (3) 1-year options to be exercised at the sole discretion of the government. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997. Offers will be evaluated and contract award made on the basis of "Best Value to the FAA". Best Value is defined as the Government's willingness to pay more for a superior proposal if there are added benefits, which justify the additional cost. This acquisition contemplates a phased approach. This initial phase involves the announcement/SIR1 of the requirement in order to permit vendors to demonstrate their capabilities. Evaluations involved in SIR1 will permit the FAA to down-select to a manageable number, not to exceed five (5), of offers permitting an efficient competition from among the most highly rated submissions. SIR2 will incorporate the evaluation accomplished under SIR1 as well as evaluation of oral presentations with contract award based on overall best value to the FAA. The remaining phase(s) of the down-select process will be identified in future communications with those firms who are among the top five (5). Vendors that are interested and possess certain capabilities are to provide the specific information described below as to their unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this SIR. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading will be cause for rejection. Documentation Limitations. Failure to comply with limitations cited herein may be cause for rejection of a vendor's response. The vendor's proposal shall not exceed 50 pages. A page is defined as one side of a "sheet". All types of pages including but not limited to text, diagrams, exhibits, spreadsheets, schedules and attachments are included in the page limitation. The FAA will neither read nor evaluate any information beyond the page limit specified. A transmittal letter, cover page or table of contents is not included in the page limitation. Other Document Requirements are: (1) Page Number Count. A footer identifying the page number, and total number of pages should be put on the bottom of each page. (2) The documentation considered by the submitter as proprietary shall be marked "Proprietary." A cover sheet may be used for this designation along with the designation of the applicable page(s) the offeror deems competition sensitive. (3) The vendor shall provide six copies. CAUTION: FAA evaluators will read only up to the page limit as specified. Pages in excess of the stated limit will not be considered part of the evaluation. The FAA has identified three (3) criteria that must be met by each vendor in order to warrant further consideration and advancement to any subsequent phase of the procurement process. The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent SIR. 1. Past Performance and Experience: Offerors must demonstrate the quality and timeliness of its services as evidenced through its writing, editing, ad text, brochure development, graphics, conference booth advertising, etc. type products. For this requirement, a vendor must demonstrate a level in each area through at least four (4) and no more than eight (8) projects of similar complexity and magnitude to this effort performed within the past four (4) years. The list shall include the administrative data identified below: (a) Offeror Name (Company/Division) (b) Contract Number and Contract Type (c) Contracting Agency or Business (d) Original contract dollar value and final contract dollar value (including options) (e) Original completion date and final (or current) completion date (f) A brief description of the contract effort (g) Name, address, telephone and FAX numbers for the government Contracting Officer (procuring or administrative); for non-government contracts, provide the name, address, email address, telephone and FAX numbers of business point of contact, liaison, etc. The offeror is responsible for verifying references before submission to ensure all information is correct. 2. Capability: Offerors must demonstrate their capabilities in providing writer/editor services of similar scope and magnitude of that identified in the SOW through contract work, ghost writing, direct experience, advertising, etc., on behalf of the public and quasi business organizations like the FAALC that have a combined government-business role and which need to communicate both internally and externally. Offerors are to provide a portfolio consisting of, but not limited to, the description of their capabilities, the clientele served, references, and turn-around times of services performed within the past four (4) years. 3. Knowledge/Understanding of FAA Requirement: Offerors shall demonstrate their knowledge and understanding of the Writer/Editor services required to be performed for the FAALC as identified in the SOW. Offerors must demonstrate an understanding and describe their ability to provide written materials, and written materials for web content, information releases, reports and applications, and briefings and exhibits. Describe your experience in performing these types of services, as well as your knowledge of the FAALC's organizational structure. Technical Evaluation: The FAA will evaluate each vendor's submittal to determine its eligibility in the evaluation factors for the area of past performance and experience, capabilities, and knowledge/understanding of FAA requirement as described in 1, 2 and 3 above. As part of the evaluation, the FAA will conduct checks of the vendor's references. (a) Evaluation factors are listed in descending order and are of equal importance. Factor 1 Past Performance & Experience Factor 2 Capabilities Factor 3 Knowledge/Understanding of FAA Requirement (b) Factors will be rated by the evaluation team on the rating scale shown below. Any offeror whose proposal does not achieve a rating of satisfactory or better in all factors may be considered ineligible and will not be considered for SIR2. Team ratings for each factor will be weighted to establish a score for the technical proposal. 4 = Excellent 3 = Good 2 = Satisfactory 1 = Marginal 0 = Unsatisfactory (c) Evaluation criteria for each factor are as follow: (1) Factor 1 - Past Performance and Experience The FAA will evaluate each offeror's relevant past and present performance. The evaluation will consider information submitted pursuant to the evaluation criteria and other data independently obtained from other government and commercial sources. (2) Factor 2 - Capabilities The FAA will evaluate each offerors portfolio to determine its accuracy, completeness, and its tie in with the FAALC approach and style. Documentation must demonstrate experience in writer/editor services of similar scope and magnitude of that identified in the SOW. (3) Factor 3 - Knowledge/Understanding of FAA Requirement The FAA will evaluate the offeror's knowledge and understanding of the Writer/Editor services as set forth in the SOW and the ability or capability to perform these services. CAUTION: Vendors are cautioned that the FAA will use the data provided by other sources in evaluating past performance and experience. References will be requested to complete a past performance questionnaire. A questionnaire is attached (Attachment 3). Vendors may not be given an opportunity to rebut information considered negative and relevant to the evaluation, if the information was obtained from other sources. While the FAA may consider data from other sources, the burden of providing thorough and complete past performance data rests with the vendor. Cost/Price: Offerors are to provide an estimated hourly rate for each skill level required to perform these services. If more than one skill level applies, offeror shall identify each level by the appropriate skill category and corresponding hourly rate. Cost estimates that are unreasonably low or high may be eliminated from further competition on the grounds of the offeror's failure to comprehend contract requirement. Also, an offeror's proposal to SIR1 may be eliminated for further consideration if its price is determined to be unaffordable. Interested firms that can comply with and meet the criteria addressed in this SIR should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-201/Joy Dickson Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 12:30 p.m. CST, August 29, 2003, (facsimile responses are not permitted). Any responses received after 12:30 p.m. CST, August 29, 2003, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. Oral or written communications with Vendors, during the screening process, will be conducted if the FAA deems communication is necessary. Note: AMS Provision 3.9.1-3, Protest, is also applicable to this SIR. Upon request, the Contracting Officer will make the full text available, or Vendors may obtain the full text via Internet at: http://fast.faa.gov ( on this web page, select "toolsets", then "procurement toolbox").
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00413466-W 20030829/030827213401 (fbodaily.com)
 
Source
FedBizOpps.gov 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.