SOURCES SOUGHT
R -- Strategic Communications (STRATCOM) Support - Draft PWS
- Notice Date
- 9/6/2017
- Notice Type
- Sources Sought
- NAICS
- 541613
— Marketing Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-18-STRATCOM
- Point of Contact
- Kelly Doolittle,
- E-Mail Address
-
kelly.l.doolittle.civ@mail.mil
(kelly.l.doolittle.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement (PWS) SYNOPSIS: This is a Request for Information (RFI)/Sources Sought for market research purposes only. All questions relating to this notice shall be sent via email to Army Contracting Command-Aberdeen Proving Ground (ACC-APG) point of contact (POC) Kelly Doolittle, Kelly.l.doolittle.civ@mail.mil. This is not a solicitation; therefore responses to this request are not offers. The information submitted by industry in response to this notice is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. ACC-APG, in support of Program Executive Office (PEO) Soldier is seeking information from industry regarding available strategic communication services capabilities. The Government is contemplating a small business set-aside for this effort and the results of this RFI will help the Government determine set-aside applicability. BACKGROUND: Since its inception in 2002, PEO Soldier has provided U.S. Soldiers with capabilities to ensure they remain decisive and dominant through the full spectrum of military actions. Ensuring that Soldiers have the most advanced equipment, from protective equipment such as helmets and body armor, to weapons, power solutions and sensors and lasers, means keeping ahead of scientific and engineering innovation. To accomplish the mission, PEO Soldier relies on talented support contractors to assist in implementing the Strategic Communications (STRATCOM) Plan for PEO Soldier. STRATCOM efforts improve relationships and partnerships by informing target audiences of the PEO Soldier mission and accomplishments, resulting in better support to Soldier products and programs. STRATCOM SERVICE SCOPE: PEO Soldier seeks the continuity of these critical strategic communication services to enable successful completion of its mission for the Warfighter. The services required under this effort are diverse, require agile and rapid response to seamlessly accomplish all the STRATCOM tasks required for the PEO Headquarters (HQs) and three (3) project management offices (PMOs) located at Fort Belvoir, VA. This RFI is intended to solicit information on vendor capability to obtain and retain approximately nine (9) qualified full-time equivalents per year in support of this requirement. DRAFT REQUIREMENTS: Service support includes PEO Soldier headquarters and three (3) of its subordinate PMs: Project Manager Soldier Sensors and Lasers (PM SSL), Project Manager Soldier Protection and Individual Equipment (PM SPIE), and Project Manager Soldier Warrior (PM SWAR), located at Fort Belvoir, VA. The support required under this effort includes exhibit display support, media communications, public affairs support, and portfolio support. The support areas include, but are not limited to: providing portfolio Subject Matter Experts (SMEs) support for all the PMOs during Exhibits and Demos; 2) providing Media Relations support which will consist of public affairs, social media, video and still photography support for all PMOs; 3) Exhibit Support which includes efforts to design, develop, produce and maintain exhibits and associated equipment; 4) Multi Media support which includes efforts design, develop, produce and maintain a PEO Soldier product portfolio; and to 5) recommend, develop, and provide educational display items and / media design support services and deliverables. SUBMISSION INSTRUCTIONS: Responses shall include the following information: 1)Vendor Name, Street Address, Points of Contact(s) (to include name, email and phone number); 2)Vendor CAGE code and applicable NAICS code(s); 3)Capability Statement to include: Technical capability to meet the Government's requirement in its entirety (e.g. providing fully qualified personnel for all services required in a timely manner). Vendor's statement at a minimum shall include experience and management, key personnel, organizational history on meeting this or similar requirements and corporate acumen in providing services of the same or similar nature. The capability statement must be presented in sufficient detail for the government to determine that your company possesses the necessary mission area expertise and personnel level experience. Response must indicate an ability to fill approximately eight (8) positions within thirty (30) days of contract award with qualified expertise to fulfill all required services/tasks indicated in the attached draft Performance Work Statement (PWS). 4)Estimate of the maximum percentage of the overall requirement (all positions) which your organization could perform with in-house resources. Consider the language at Federal Acquisition Regulations (FAR) 52.219-14, Limitations on Subcontracting when preparing your response. 5)Confirm small business size status and specify any applicable socioeconomic categories. 6)Indicate the vendor's level of participation in meeting this potential requirement. Would you participate at either the Prime or Subcontractor-level? 7)Additional statement advising the Government if the service is available commercially, available to the general public, and/or non-governmental agencies. 8)Information on the vendor's past performance on recent and relevant contracts within the last five (5) years detailing the agency, award date, contract number and contract amount. SUBMISSION FORMAT: Written response (PDF or Word document) shall not exceed five (5) pages. RESPONSE DEADLINE: Responses shall be received not later than 3:00 pm Eastern Standard Time on 21 September 2017. Submit to Point of Contact: Kelly Doolittle, Kelly.l.doolittle.civ@mail.mil. Contracting Office Address: ACC-APG, Aberdeen Division D, ATTN: AMSSB-ACC-A, 4401 Boothby Hill Road, Aberdeen Proving Ground, MD 21005-3013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0719e016cce7723307b2ac35dd5285ae)
- Place of Performance
- Address: Fort Belvoir, Virginia, United States
- Record
- SN04664250-W 20170908/170906233105-0719e016cce7723307b2ac35dd5285ae (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 |