SOURCES SOUGHT
R -- PROGRAMMATIC, EDITORIAL, COURSE DEVELOPMENT, DELIVERY AND LOGISTICAL/PROGRAM SUPPORT NEEDS
- Notice Date
- 6/11/2010
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-10-R-0096
- Archive Date
- 7/10/2010
- Point of Contact
- Sarah J. Huwig-Leister, Phone: (301) 447-1053, Charles K Tama, Phone: 301-447-1455
- E-Mail Address
-
jane.huwigleister@dhs.gov, charles.tama@dhs.gov
(jane.huwigleister@dhs.gov, charles.tama@dhs.gov)
- Small Business Set-Aside
- HUBZone
- Description
- The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), National Emergency Training Center (NETC) is contemplating award of a Firm Fixed Price Contract to a highly qualified HubZone small business concern or, in the event two or more HubZone small businesses do not express an interest, a Service Disabled Veteran Owned Small Business (SDVOSB). In accordance with FAR Part 19, there must be a reasonable expectation that at least two eligible and responsible HubZone firms, or SDVOSB firms, will submit offers and that award can be made at a fair market price. This is a SOURCES SOUGHT NOTICE, NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT OBLIGATED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. NO SOLICITATION PACKAGE IS AVAILABLE AT THIS TIME AND REQUESTS FOR SOLICITATION PACKAGES WILL NOT RECEIVE A RESPONSE. The purpose of this Sources Sought Notice is to determine the interest and capability of potentially qualified HubZone or SDVOSB firms registered in the Central Contractor Registration database under the North American Industry Classification Code (NAICS) 561110, Office Administrative Services. Based on the responses to this sources sought notice the NETC Contracting Officer will determine if this requirement will be set-aside for Small Business Administration (SBA) Certified HubZone Small Business Concerns in accordance with the requirements of Federal Acquisition Regulation (FAR) Sub-Part 19.1305 or, if the requirements of FAR 19.1305 cannot be met, the requirement will be offered to eligible Service Disabled Veteran owned small businesses (SDVSOB) in accordance with the requirements of FAR 19.1405. In the event that neither the requirements of FAR 19.1305 nor those of FAR 19.1405 are met, the requirement may be procured using another procurement method authorized under the Federal Acquisition Regulations. All services are to be performed on-site at the NETC in Emmitsburg, (Frederick County) Maryland. Requirements include: professional, clerical and administrative services in support of course development, course delivery, preparation and delivery of training materials, including logistical, word processing, editorial support, tracking and coordination activities, database management, conference/meeting support, operation of the U.S. Fire Administration’s Publications Center, desk top publishing/design, media production, and support for simulation and training course activities. Within 30 days of any resulting contract, the contract staff shall be fully conversant with National Incident Management System (NIMS) and the “Naturalistic Decision-Making” model of higher order, cue-based decision making and the Incident Command System as taught at the National Fire Academy. The contractor must be proficient with current software packages including DreamWeaver, Adobe CS4 (In Design, Photoshop, Illustrator, Acrobat, After Effects, Premiere Pro and Flash) and digital video editing software, as well as Microsoft Office (Word, PowerPoint, Excel, Access), HTML, Filemaker II, MacDraw Pro, Adobe Web Standard CS3 Package, and multimedia development programs. The contractor must have experience with and demonstrate a strong operating knowledge of: editorial/publishing standards, word processing, data entry, logistics/scheduling, desktop publishing and graphic design, inventory control, software and hardware configuration, event coordination, web conferencing tools, personal computer (PC) based design and peripherals, to include CD/DVD duplicating equipment, color lasers printers, color plotters, scanners, digital and video cameras, laminators, Web page design, video/audio editing, mechanical layout, typography, quality control and display/exhibit art production. In addition to the required knowledge/proficiency stated above, at a minimum, the contract must have three (3) years experience performing work related to: 1) Word processing, and related support for course development, delivery, and publication management for both traditional classroom training and web-based distance learning. 2) Logistical and administrative support for a wide variety of traditional classroom training and web-based training activities, including simulation training and modeling. 3) Administrative/clerical support for the coordination of conferences, meetings, special group activities, and the recording, transcription, writing, and editing of the proceedings for face-to-face, telephone, and web-based meeting formats. 4) Establishment and maintenance of computerized data entry systems to track course delivery records and other training-related materials including audiovisuals, slide tapes, videotapes, maps, films, CDs, DVDs, and other classroom support and program requirements. 5) Publication management and technical support for printing services; maintenance of printing masters; and, desktop/graphic design and publishing services. The contractor will also be responsible for developing ideas and providing new and innovative methods to streamline work and associated business processes. All office space, supplies, postage, hardware, software, and other office and/or media-production equipment will be furnished by the Government. The NETC is located in Census Tract "24021753200" which IS NOT HubZone qualified. Our intent, subject to change, is to issue a single contract containing a base period with 4 option periods. The government reserves the right, at its sole discretion, to decline to exercise option periods. In accordance with FAR 19.1305, SBA Certified HubZone small Business concerns will be given first consideration with regard to this requirement. This sources sought is for market research and planning purposes only and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the reviews. All information submitted in response to this announcement must be received on or before the closing date. Certified HubZone Small Business Concerns or SDVOSB interested parties may submit capabilities statements electronically via email, but it is the responsibility of the vender to ensure the email was received. Electronic responses should be directed to jane.huwigleister@dhs.gov. Capability statements may be mailed to the contracting office address shown above to the attention of Jane Huwig-Leister. Mailed responses should be submitted as an original and one (1) copy. All responses, either electronic or mailed, must be received NLT 1:00 p.m., June 25, 2010. ALL responses shall contain the following information: (1) Full Company name, address, phone number, primary contact(s), email address, a statement that the concern is registered in the CCR under the applicable NAICS Code, 561110, Office Administrative Services; (2) List/identify work you currently perform (or experience in Office Administrative Services as outlined above within the past 3 years) as they relate to this requirement. Please include a statement of your intention to submit a proposal as a prime contractor if a solicitation is issued. Experience shall include contract numbers, project titles, short project descriptions, number of employees under the contract, dollar amounts, with customer points of contacts and current phone numbers; and (3) Date of SBA HUBZone Certification or a clear statement in accordance with FAR 19.1403 that the company is representing itself as a SDVOSM. Capability statements shall not exceed 25 pages (no hyperlinks or electronic media) and shall include a synopsis of specialized experience and technical competence of your firm with the type of services/specific experience and qualification of personnel to be proposed as it relates to this requirement. All information shall be submitted in sufficient detail for a determination of the contractor’s ability to perform the required services to be made. Failure to submit all information requested may result in a contractor being considered as not interested in this requirement. Any and all questions MUST be submitted in writing to jane.huwigleister@dhs.gov. No telephonic questions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-10-R-0096/listing.html)
- Place of Performance
- Address: DHS/FEMA/National Emergency Training Center, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- Zip Code: 21727
- Zip Code: 21727
- Record
- SN02175424-W 20100613/100611234822-08806f311ea756eaa2b3eba69d0acaba (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 |