SOURCES SOUGHT
76 -- The United States Army CECOM Life Cycle Management Command , Fort Monmouth, is looking for sources to publish a semi-annual magazine in May and November.
- Notice Date
- 7/31/2008
- Notice Type
- Sources Sought
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, ACA, US Army C-E LCMC Acquisition Center (Base Support) - DAAB08, ACA, US Army C-E LCMC Acquisition Center (Base Support) - DAAB08, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W912CF-08-R-0015
- Response Due
- 8/11/2008
- Archive Date
- 10/10/2008
- Point of Contact
- Joanne Botwinick, 732-427-1412
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army CECOM Life Cycle Management Command requires the printing and distribution of a semi-annual civilian enterprise magazine, Spectra, for distribution throughout the command and to other Army commands. The acquisition of The Spectra Magazine is controlled by Army Regulation 360-1 (Chapters 4 and 13) and by DOD Instruction 5120.4 and 32 CFR Part 247 published in the Federal Register, Vol. 62 No. 22, 3 Feb 1997 (Department of Defense Newspapers, Magazines and Civilian Enterprise Publications). Neither appropriated nor nonappropriated funds may be used to pay for any part of the civilian printer's costs incurred in the production of The Spectra. The civilian printer will sell advertising to cover all costs and secure all earnings. STATEMENT OF WORK US ARMY CECOM LIFE CYCLE MANAGEMENT COMMAND AND TEAM C4ISR MAGAZINE SCOPE OF WORK. The Contractor shall provide all personnel, equipment, labor, supplies, tools, materials, supervision, and all other items necessary to layout, print and ship a minimum of 2,200 copies of a semi annual U.S. Army CECOM Life Cycle Management Command, LCMC and Team Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance, C4ISR civilian enterprise Magazine, entitled SPECTRA, which will be published semi-annually in May and November each year. The Magazine will be shipped to a mailing list of selected Department of the Army and DoD headquarters and commands in the United States and overseas. EVALUATION FACTORS FOR AWARD BASIS OF AWARD 1. Award: a. Award will be made to the responsible offeror who submits the best overall proposal with appropriate consideration given to two (2) factors: Past Performance and Technical. To receive consideration for award, a rating of acceptable must be achieved in BOTH factors. A rating of unacceptable in either factor will render the proposal unacceptable and will not be considered for award. b. The Past Performance Factor and Technical Factor are equally important. Award can be made without discussions. 2. Evaluation Approach: An incomplete package will be evaluated as unacceptable. The following criteria will be used in evaluating the proposals: FACTORS AND SUBFACTORS TO BE EVALUATED 1. FACTOR I PAST PERFORMANCE: ( both subfactors are equally important) SUBFACTORS: (1) Demonstrated ability to successfully produce a Civilian Enterprise publication within the guidelines described in Section C. (2) Demonstrated capability to sell sufficient advertising to enable semi-annual publication of a civilian enterprise magazine. 2. FACTOR 2--TECHNICAL: (all subfactors equally important) SUBFACTORS (1) Contractors capability to provide technical assistance to the Public Affairs Office's staff in the design and layout of the magazine. Quality and timeliness of the finished product must meet the editors standards before final approval for printing. Contractor will have representative(s) located within 60 miles of Fort Monmouth and capable of passing security check to enable entry to the installation to pick up or deliver materials. (2) Contractor must demonstrate capability to ensure personnel are properly supervised and managed. Contractor will furnish contingency plans to the Public Affairs Office for the continuing fulfillment of the contract in the event of interruption to normal production for either the contractor or subcontractor (if applicable). (3) Contractors automation equipment capabilities including quality and amount of equipment offered. Contractor will ensure equipment and services are upgraded as innovations become available to the contractor that will enhance The Spectra magazine. (NOTE: The offer of equipment or services not specifically related to producing the publication will not be evaluated.) PROPOSAL SUBMISSION REQUIREMENTS FOR OFFERORS: 1. Proposals shall be submitted via electronic media using Microsoft Office XP products (i.e., Microsoft Word and Excel, and Adobe Acrobat version 4.0) in separate files as set forth below. All information pertaining to a particular file shall be confined to that file. REQUIRED TITLE COPIES File IPAST PERFORMANCESubmitted via IBOP 1 CD ROM copy to KO File IITECHNICALSubmitted via IBOP 1 CD ROM copy to KO 2. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion: (a.) File1-Past Performance. Offerors shall submit a description of all Government and industry contracts (prime and major subcontracts in performance within three years of the issuance of the Request for Proposals) that are relevant to the efforts required by this solicitation. Relevant is defined as meeting technical, schedule and quality requirements of contracts for similar and related efforts. Submission shall be organized into the following sections: Section 1Contract Descriptions. This section shall include the following information in the following format: a) Contractor/Subcontractor place of performance, CAGE Code and DUNS number; (b) Government contracting activity, address, telephone and FAX numbers; (c) PCO's name, telephone and fax numbers; (d) Government's technical representative/COR telephone and fax numbers; (e) Government contract administration activity and the ACOs name, telephone and fax numbers; (f) Government contract administration activity's Pre-Award Monitor's name, telephone and fax numbers;(g) Contract Number; (h) Contract Type; (i) Awarded price/cost (if applicable); (j) Final or projected final price/cost (if applicable); k) Original delivery schedule; and (l) Final or projected final delivery schedule. Section 2-Performance. Offerors shall provide a specific narrative explanation of each contract listed describing the objectives achieved and detailing how the effort is similar to the requirements of this solicitation. For any contracts that did not/do not meet original cost, schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective actions taken to avoid recurrence. The offeror shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The offeror shall also provide a copy of any cure notices or show cause notices received on each contract listed and a description of any corrective action taken. The offeror shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (b.) File 2-Technical. Offerors should provide a narrative explanation on how their company proposes to: (1.) Perform the duties as specified in the Statement of Work (SOW); (2.) Interface with the CECOM LCMC Public Affairs Office (PAO) staff; (3.) Control the quality and timeliness of the finished product (4.) Deal with last minute changes, additions, and deletions within the format of the magazine; (5.) The narrative should also include: 1. List of all equipment that is 100% functional and will be used in the performance of this contract. 2. List all employees and experience that will be utilized in the performance of this contract. 3. List all other current similar contracts that will be on-going during the performance of this contract. 4. List all quality measures established to insure quality and timeliness. 5. List all capabilities to meet the requirements of the SOW. 6. List all maintenance agreements/maintenance personnel and repair timeframes to correct any downed equipment to be used during the performance of this contract. Point of Contact: Joanne Botwinick at joanne.botwinick@us.army.mil 732-427-1412 Alternate Point of Contact: Colleen Moore at colleen.moore2@us.army.mil 732-532-2648
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=19eafca664d3f1ae3323b075f5278c51&tab=core&_cview=1)
- Place of Performance
- Address: ACA, US Army CECOM LCMC Acquisition Center (Base Support) - W912CF ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN01628467-W 20080802/080731224744-19eafca664d3f1ae3323b075f5278c51 (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 |