SOURCES SOUGHT
R -- Public Affairs, Historian and Legislative Affairs support services
- Notice Date
- 4/2/2020 1:07:12 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018920QZ160
- Response Due
- 4/9/2020 12:00:00 AM
- Archive Date
- 04/16/2020
- Point of Contact
- Helen Tyson
- E-Mail Address
-
helen.tyson@navy.mil
(helen.tyson@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party�s expense. Not responding to this notice does not preclude participation in any future RFP/RFQ, if any is issued. If a solicitation is released, it will be released on NECO via www.beta.sam.gov. It is the responsibility of the potential offerors/quoters to monitor the site for additional information pertaining to this requirement. 1. Description The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office is seeking information from interested Service-Disabled Veteran-Owned Small Business sources capable of providing Public Affairs, Historian and Legislative Affairs support services for the BUMED Communications Directorate (M09B7) located at Falls Church, VA. The Contractor shall provide technology and logistical support in order to assure the continuing operations of the Communications Directorate. The contract will have a 12-month base period of performance beginning 01 October 2020 with four (4) 12-month option periods consecutively following the base period. The current requirement is being satisfied under purchase order N00189-15-P-Z753, Firm, Fixed Price (FFP) type order. The order contained a period of performance as a base period of 12 months and four (4) one-year option periods. 2. Requirements Information is only being requested from Service-Disabled Veteran-Owned Small Business sources at this time. It is anticipated that this requirement, if solicited, will be under NAICS code 541990. The size standard is $16.5M. The FSC is R499. M09B7 requires support services for planning, writing/editing, developing informational strategies, drafting media inquiries, managing/coordinating tasks to respond to Congressional inquiries, transcription of audio from leadership presentations, special events and historical interviews, and oral history support in order to continue this capability. In addition, the Contractor shall support permanent government staff with summaries of congressional activities focusing on military and veterans� health care. The contractor shall provide Public Affairs support of headquarters communications functions including,at a minimum: writing/editing, developing informational strategies, drafting media inquiries, managing/coordinating tasks to respond to Congressional inquiries, supporting Navy Medicine�s regions, and communications support of important events such as Society of Federal Health Professionals, Surgeon General Leadership Symposium (SGLS), and Military Health System Research Symposium (MHSRS) The contractor shall provide military history support with the capability to conduct research and to produce historical studies and publications being worked by M09B7. The Contractor shall help conduct, transcribe, edit, and process oral history interviews with key active duty, retired military and civilian personnel of the Navy Medical Department and BUMED. The Contractor shall provide transcription service for oral histories with Navy medical personnel both active duty and retired. The transcription service shall cover approximately 7,000 minutes/ year. The contractor shall provide electronic summaries of key defense medical and veterans� congressional hearings and legislative activities of congressional defense and veterans committees (House and Senate Appropriations and Armed Services Committees). Summaries include House Reports, Senate Reports and Conference Reports for the Fiscal Year. Hearings include Department of Defense health and medical hearings, and Defense or Service leadership hearing monitored for medical content. The contractor shall provide data management/administrative support services necessary to support to M09B7. This also includes providing editorial and publication support services for review, revision, layout, and publication materials produced by the office. The Contractor shall provide the services both onsite (locations in Falls Church, VA and Greater Washington, DC metropolitan area) and offsite locations (contractor locations). 3. Requested Information It is requested that interested parties respond to this posting via email to helen.tyson@navy.mil no later than 4:00 PM Philadelphia, PA time on Thursday 09 April 2020. Responses are not to exceed three (3) typewritten pages with a minimum 12 font size. The page limit is inclusive of past performance. Responses from interested parties shall include the following information: 1. Company name, DUNS number, Cage Code, address, and point of contact with corresponding phone number and e-mail address 2. Business size and classification 3. Capabilities Statement demonstrating the requisite skills, resources and capabilities necessary to perform the requirements listed above. Interested parties must demonstrate prior corporate experience (within the past 5 years) providing communications support within the Military Health Service (MHS) Communications and/or Legislative Affairs arenas, historical research, and legislative research of congressional research and activities of congressional committees. The corporate experience should include the applicable contract number, total number of FTE, contract period of performance, a brief description of the services provided AND the relevancy of the services to the proposed requirement. A customer point of contact with corresponding telephone number and e-mail address should also be included. A Standard brochures and/or paraphrasing of this notice WILL NOT be considered sufficient to demonstrate the capabilities of an interested party. 4. Industry Discussions NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office representatives may or may not choose to meet with potential offerors/quoters. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 5. Questions Questions regarding this announcement shall be submitted via email to Ms. Helen Tyson at helen.tyson@navy.mil. Verbal questions are not preferred. 6. Summary THIS IS A SOURCES SOUGHT NOTICE ONLY to identify potential sources capable of providing performance based services to the Bureau of Medicine and Surgery (BUMED) located at Falls Church, VA. The information provided in the notice is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b44d9caab7004a08aa0e68bb495da9eb/view)
- Record
- SN05609190-F 20200404/200402230213 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |