Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2023 SAM #8024
SOURCES SOUGHT

R -- Strategic Communications Support

Notice Date
11/14/2023 12:12:25 PM
 
Notice Type
Sources Sought
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0056
 
Response Due
11/29/2023 9:00:00 AM
 
Archive Date
01/28/2024
 
Point of Contact
James Cummiskey, Contract Specialist, Phone: 848-377-5117
 
E-Mail Address
James.Cummiskey@va.gov
(James.Cummiskey@va.gov)
 
Awardee
null
 
Description
Request for Information 36C10B24Q0056 Strategic Communication Support Page 5 of 5 Page 1 of Page 1 of This is a Request for Information (RFI) only. Do not submit a Proposal. It is requested that all companies interested in participating in this effort please note their interest and state their ability to perform the effort described in the attached DRAFT Performance Work Statement (PWS). This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and final PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Responses: Please submit the below requested information by 12:00PM EST on November 29, 2023 via email to James Cummiskey, Contract Specialist at James.Cummiskey@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact James Cummiskey at james.cummiskey@va.gov, 848-377-5117 or Heather Utt at heather.utt@va.gov, 848-377-5047. E-mail is the preferred method. VA appreciates your time and anticipated response. As part of your RFI response, please provide the following information: General Include the following identification information Company Name CAGE/UEI Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541613, Marketing Consulting Services, which has a size standard of $19.0M. Are you a small or large business under NAICS 541613 ($19.0M)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. Identify existing contract vehicles (GSA, T4NG, NASA SEWP, etc.) in which you are a contract holder that can be utilized to procure these services. With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what tasks under the DRAFT PWS would your company perform? If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the testing services to be performed under this effort. ______ YES _______ NO (if No, answer question 7) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Capability Statement Please submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 15 pages and address the questions below. 1. Describe your company s subject matter expertise in the strategic communication industry. Place emphasis on expertise in public relations, oversight body outreach and education, marketing, graphic design and multimedia production, social media, and Fortune 10 company-level executive messaging and speechwriting. Include any recommended Industry best practices which are not included in this RFI. 2. Describe your company s firsthand experience developing IT-related communication campaigns that reach Congress, the White House, OMB, oversight agencies, partner agencies, internal stakeholders, and the American public for an organization of comparable size, scope, and complexity to VA. 3. Describe your approach to executing multiple, simultaneous communication campaign plans and ad hoc assignments (response should include emphasis on triage, deadline management, workload balancing among contract resources, surge support capabilities). Include experience your company has maximizing the use of existing technological tools in a communication organization to ensure workflow, investment, output, and integration are at peak performance. 4. Describe your ability to staff the level of effort described in this RFI and the timeline on which you expect to fully staff the requirements. Be specific in terms of your ability to staff in-house, the degree to which you would seek new hires, your ability to staff with VA-credentialed employees from start date, and what functions you would handle as the prime versus sub-contract to other companies. 5. Provide a Rough Order of Magnitude to include labor categories and hours for the base period of performance and all optional tasks.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/849f4a2a0295413abe76a4934eda9811/view)
 
Record
SN06885201-F 20231116/231114230059 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.