SOURCES SOUGHT
R -- Communication Research, Communication Execution and Products, Communication Planning and Communication Evaluation and Assessment - Performance Work Statement
- Notice Date
- 4/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-X-020X
- Archive Date
- 5/9/2018
- Point of Contact
- Christopher W. Brown, Phone: 9737247220
- E-Mail Address
-
christopher.w.brown7.civ@mail.mil
(christopher.w.brown7.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement INTRODUCTION The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of Office of the Chief of Public Affairs (OCPA) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Communication Planning; Communication Execution and Products; Communication Research; Communication Evaluation and Assessment; and Exhibit Management. PROGRAM BACKGROUND The Communication Planning; Communication Execution and Products; Communication Research; Communication Evaluation and Assessment herein after referred to as the "Communications Requirement", is designated as an essential program for OCPA. In accordance with these assignments, the contractor shall provide the following: REQUIRED CAPABILITIES Communication Planning: The contractor shall conduct, develop, and perform comprehensive planning for executing communication operations; support the communication planning component of all Army strategic planning venues and products such as the Army Posture Statement and Army Campaign Plan; support the planning and development of strategic-level outreach engagements, events, partnerships, exhibits and coordination with the appropriate OCPA support offices. In addition, the contractor shall support Army operational planning by developing and coordinating communication annexes, public affairs guidance and other associated documents to Army and Department of Defense (DOD) plans. Communication Execution and Products: The contractor shall formulate and support communication campaign plans, assessment data gathering, strategic crisis communication, outreach activities, exhibits, events, conferences and related support mechanisms, and produce communication and media products to support the execution of communication campaign plans. Tasks include, but are not limited to: creative consulting, communication concept development, story board production, writing, full-spectrum media development and distribution, website development and maintenance, and exhibit development, construction, deployment, security, and disassembly. Communication Research: Conduct communication research in support of Army communication strategy and objectives. Communication Evaluation and Assessment: Communication Evaluation and Assessment: Provide strategic and tactical-level communication program evaluation services to support the assessment of the effects achieved by internal and external Army communication programs. Execution must be in compliance with assessment guidance provided by Army Senior Leadership and the Chief of Public Affairs. This capability includes strategic and tactical level media analysis to support senior decision makers, communication planners and OCPA Media Relations Division. Support to OCPA Community Relations Division and Executive Partnerships will provide assessments of community relations and outreach engagements. ELIGIBILITY The applicable NAICS code for this requirement is 541611 - Administrative Management and General Management Consulting Services with a Small Business Size Standard of $15,000,000. The Product Service Code is R426 - Support Professional: Communications Excludes Language Translation and Sign Language Interpretation. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. PLANNED ACQUISITION The Government contemplates a contract for Fiscal Year (FY) 18 for this acquisition. The estimated period of performance is one-hundred twenty (120) days from award, inclusive of options, with services beginning in April 2018. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address, telephone number, and size and type of ownership for the organization. Clearly outline your small/large business status to include number of employees, annual revenue history, DUNs and CAGE number. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. This documentation must address at a minimum the following items: a) Work your company performed in the past in support of the same or similar requirement and complexity? b) What specific technical skills does your company possess which ensure capability to perform the tasks? c) Your submission shall provide a clear distinction on your ability to meet the requirements of each of the Performance Work Statement requirements. The contract type is anticipated to be Firm Fixed Price (FFP). The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Interested parties are requested to submit a capabilities statement of n o more than three (3) pages in length in Times New Roman font of not less than 10 pitch in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 12pm, EST, 10 April 2018. All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Mr. Christopher Brown, christopher.w.brown7.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted and no feedback or evaluations will be provided to companies regarding their submissions. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2b001c1b456d84d935bfa68b87926850)
- Place of Performance
- Address: 1500 Army Pentagon, Washington, District of Columbia, 20310, United States
- Zip Code: 20310
- Zip Code: 20310
- Record
- SN04883372-W 20180411/180409230923-2b001c1b456d84d935bfa68b87926850 (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 |