SOURCES SOUGHT
T -- Base Newspaper
- Notice Date
- 4/11/2012
- Notice Type
- Sources Sought
- NAICS
- 511110
— Newspaper Publishers
- Contracting Office
- MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-12-R-0011
- Response Due
- 4/18/2012
- Archive Date
- 6/17/2012
- Point of Contact
- Angela Royster, 253-966-3487
- E-Mail Address
-
MICC - Joint Base Lewis-McChord
(angela.royster@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI / MARKET RESEARCH Base Newspaper at Joint Base Lewis-McChord, Washington The Department of the Army, Mission Contracting Office (MCO)-Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently requesting information in order to determine the existence of viable commercial sources capable of providing base newspaper services on JBLM, WA. The intended contract period is a two-year base period with two two-year option periods (six years total). Responses to this request will be considered for determining how the requirement will be stated and how the procurement will be conducted. This Request for Information (RFI) is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. There will not be reimbursement for any costs associated with providing information in response to this RFI notice or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the RFI questionnaire below and email your response to angela.royster@us.army.mil no later than 4:00:00 PM PDT on 18 April 2012. Include any comments or questions you may have. Description of services: The contractor shall provide all personnel, equipment, labor, supplies, tools, materials, supervision, and other items necessary to assemble, print, and distribute weekly a minimum of 20,700 issues of a Civilian Enterprise (CE) broadsheet newspaper to distribution points on post and other designated locations, using editorial material and instructions supplied by the Government. The newspaper always consists of three sections: Section A, News; Section B, Sports & Leisure; and Section C, Weekend. Each edition shall contain a minimum of eight pages in the A section and two pages in the B section as well as one page left open for Lewis-McChord Leisure in the tabloid insert. The rest of the tabloid will be published by the contractor. The tabloid shall be either 12 or 13 inches by 22 inches. The front page shall consist of a color photo taken by the contractor and a feature story written by the contractor relating to an interesting event in the area. Page C-2 will be the responsibility of the Public Affairs Office (PAO) and will consist of Lewis-McChord Leisure, Installation Tour and Travel (ITT) trips, and the Joint Base Lewis-McChord (JBLM) movie schedule. The contractor is responsible for Section C which shall consist of movie reviews, gardening tips, a calendar of special events, advertisements, pets, etc. The contractor shall have the tabloid and all ads ready for review by 11 a.m. on composition day, which is generally on Thursday. The Government has the option to provide the feature article and front-page design of the tabloid on the stipulation that the contractor be provided 14 days notice. The Government reserves the right to design and provide editorial content for all pages of Section C during the contract period, publishing either occasionally, periodically, or indefinitely, in coordination with the contractor. If the Government elects to produce Section C, the contractor will provide creative and design input prior to its publication. The contractor shall also establish a website and a mobile version of the same site for the newspaper linked to the installation website; the website shall be maintained and updated by the contractor throughout the life of the contract. The right to circulate the advertising in this publication to the DoD readership constitutes contractual consideration to pay for the publication; this requirement will be awarded as a no-cost contract. DISCLAIMER: This RFI is submitted in accordance with 52.215-3, RFI or Solicitation for Planning Purposes (Oct 1997). This RFI is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bids (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this RFI shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MCO-MICC, JBLM will not accept unsolicited proposals related to the subject of this RFI. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to this RFI will not be returned. Responders are solely responsible for all expenses associated with and incurred by responding to this RFI. The Government reserves the right to determine how it should proceed as a result of this notice. An RFI questionnaire is below. Responses to the questionnaire are encouraged from all interested parties. Be advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. RFI Questionnaire W911S8-12-R-0011, Newspaper Services JBLM, WA Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ CAGE ______________________ 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 511110, Newspaper Publishers; the small business size standard for this NAICS code is 500 employees. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 2. If your company were selected, how many calendar days would your company need after the contract award date before completing set-up and providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 3. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns newspaper publishing services. How should these risks be mitigated? 4. Describe your current prepress steps and whether or how those would be modified to handle the process with an addition customer. 5. What equipment/software is being used in the industry? Are there industry standard equipment and/or software? 6. Please describe your current Web presence, what you project for tomorrow, and how you would bring a potential new customer along with you into the future. 7. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). Thank you for your participation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ccd3ad83f4d837734252f7d4099bea15)
- Place of Performance
- Address: MICC - Joint Base Lewis-McChord MCO-MICC, Building 2015, Box 339500, MS 19 JBLM WA
- Zip Code: 98433-9500
- Zip Code: 98433-9500
- Record
- SN02719798-W 20120413/120411235658-ccd3ad83f4d837734252f7d4099bea15 (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 |