SOURCES SOUGHT
76 -- Civilian Enterprise Newspaper � Pentagram, Guidebook and Detached Maps
- Notice Date
- 6/17/2020 8:44:03 AM
- Notice Type
- Sources Sought
- NAICS
- 511110
— Newspaper Publishers
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- PANMCC-20-P-0000-017585
- Response Due
- 6/30/2020 10:00:00 AM
- Archive Date
- 07/15/2020
- Point of Contact
- Ebenezer Owusu, Phone: 7038064475, Fax: 7038063355, MAJ Keisha Teixeira, Phone: 7038060106, Fax: 7038063355
- E-Mail Address
-
EBENEZER.K.OWUSU.CIV@MAIL.MIL, keisha.a.teixeira.mil@mail.mil
(EBENEZER.K.OWUSU.CIV@MAIL.MIL, keisha.a.teixeira.mil@mail.mil)
- Description
- The Mission and Installation Contracting Command - Fort Belvoir (MICC-FB), 9410 Jackson Loop, Bldg. 1425, Fort Belvoir, VA 22060, 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 Civilian Enterprise Newspaper - Pentagram, Guidebook and Detached Maps in support of Joint Base Myer Henderson Hall (JBM-HH). A continuing need is anticipated for Civilian Enterprise Newspaper - Pentagram, Guidebook and Detached Maps. The requirement was previous performed under W91QV120P0018 for Civilian Enterprise Newspaper - Pentagram, Guidebook and Detached Maps. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROJECT/PROGRAM BACKGROUND The Joint Base Myer-Henderson Hall (JBM-HH) will require a vendor, to assemble, perform layout, print, and distribute a weekly Civilian Enterprise (CE) newspaper known as the ""Pentagram"" as well as publish an annual guide book known as JBM-HH Guide/Phone Book and detached maps. These publications are subject to Department of Defense Instruction (DODI) 5120.4, Army Regulation (AR) 360.1 and to the terms and conditions contained herein. The CE concept is based on an exception to the Government Printing and Binding Regulations. The contract resulting from this solicitation incorporates the terms and conditions of these references. If any specific term or condition of this Solicitation conflicts with these references, the references have priority and are controlling. The Civilian Enterprise Newspaper - Pentagram, Guidebook and Detached Maps requirement will be a zero dollar ($0.00) requirement, meaning there is no money associated with this requirement. REQUIRED CAPABILITIES The JBM-HH will require the vendor to deliver Civilian Enterprise Newspaper � Pentagram, Guidebook and Detached Maps. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). ELIGIBILITY The applicable NAICS code for this requirement is 511110 Newspaper Publishers with a Small Business Size Standard of 1,000 number of employees. The Product Service Code is 7630 Newspapers and Periodicals. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The NAICS code recommended for this requirement is 511110 with a size standard of 1,000 employees. If you believe this NAICS code does not fit the requirement, please provide rationale as to why and which NAICS would be a better fit. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft PWS is attached for review (Attachment 1). Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 30�June 2020, 1:00 P.M., EDT. All responses under this Sources Sought Notice must be e-mailed to Ebenezer Owusu, ebenezer.k.owusu.civ@mail.mil. This documentation must address at a minimum the following items: Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; � Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. � Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. The Government will evaluate market information to ascertain potential sources for this requirement. � Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, 8(a) or Service Disabled Veteran-Owned Small Business Concern. Although this is open to all Small Business concerns, Women-Owned businesses are highly encouraged to respond. � Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. � Any recommendations to the draft PWS and/or best practices within industry in procuring a requirement of this nature. The estimated period of performance consists of a 12-month base year plus four (4) 12-month option years with performance commencing on or about 1 August 2020. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be firm fixed price. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ebenezer Owusu, in either Microsoft Word or Portable Document Format (PDF), via email to ebenezer.k.owusu.civ@mail.mil. The Alternate Point of Contact is MAJ Keisha A. Teixeira, Keisha.a.teixeira.mil@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. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63639f33f7bd436cab10baa1abc57e66/view)
- Place of Performance
- Address: Fort Myer, VA 22211, USA
- Zip Code: 22211
- Country: USA
- Zip Code: 22211
- Record
- SN05694853-F 20200619/200617230201 (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 |