COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661 U.S. Army Materiel Command, Natick Contracting Division, Attn:
AMSSB-ACN, Natick, MA 01760-5011 R -- TECHNICAL SERVICE FOR PUBLIC AFFAIRS OFFICE SOL NA DUE 082200 POC
Kathy Wilder WEB: Business Opportunities at U.S. Army Soldier &
Biological, http://www3.natick.army.mil. E-MAIL: To contact Contract
Specialist, Kathy.Wilder@natick.army.mil. This is a combined
/synopsis/solicitation for commercial technical services for the Public
Affairs Office, at SBCCOM, Natick, Mass. prepared in accordance with
the format in Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. A Firm Fixed Price Contract based on 2000 hours is
intended to be used for the procurement of these technical services for
one year from the time of award with two Option years. The requirements
are as follows: Contractor shall provide technical services critical to
the data collection and analysis efforts of the Public Affairs Office
during the period of 15 Sept. 2000 -- 14 Sept. 2001. Federal holidays
are not part of the work schedule. Contractor shall provide, the
following services: coordinate the organization's internal
communications (Command Information (CI)) programs. Plan and develop
story ideas and themes for the bimonthly Warrior and biweekly Bulletin.
Coordinate electronic posting of these publications on the Internet and
Intranet. Develop, write, and edit hard news and feature articles using
a journalistic style for internal publications and for release to
external print and electronic media (approximately 70 percent of the
effort). Layout and design publications using desktop publishing
(approximately 15 percent of the effort). Coordinate and execute other
CI activities such as the annual Organization Day, and assist the
Public Affairs Officer with execution of the Community Relations and
Public Information programs (approximately 15 percent of the effort).
The contractor shall also generate ideas and copy for news releases,
fact sheets, brochures, video scripts, and other information products
and assist with the dissemination of information materials generated by
the Public Affairs Office. The contractor must have the ability to work
accurately and quickly to meet deadlines, coordinate and conduct
meetings relative to the production of CI products and the execution of
the CI mission. Contractor shall collaborate with Command personnel, as
appropriate, in the documentation of the product and service data. All
information materials must be coordinated with Subject Matter Experts
to ensure technical accuracy and appropriateness for public release,
and with the Security Office to ensure Foreign Disclosure concerns are
addressed. Contractor shall be supplied a government-owned computer
for use during the course of business on-site, at Natick. The
contractor shall have a working knowledge of a variety of software
including word processing, desktop publishing, photo management, and
electronic mail. All files, software and hardware, as well as general
office supplies necessary for contract performance, shall be supplied
by the government. All intellectual property, to include, but not
limited to files, databases, articles, and photographs resulting from
the contractor's performance of work under this Statement of Work and
the applicable order, shall physically remain at SBCCOM, Kansas St.,
Natick, MA, 01760, and shall become the exclusive property of the US
government, as represented by SBCCOM, pursuant to the "copyright" laws
of the United States of America and the Commonwealth of Massachusetts,
as well as the regulations contained in the Federal Acquisition
Regulations and Defense Federal Acquisition Regulations Supplement. The
Order of precedence for said laws and regulations shall be: the laws of
the United States, the laws of the Commonwealth of Massachusetts, the
Federal Acquisition Regulations, and then the Defense Federal
Acquisition Regulations. The contractor shall be required to coordinate
all activities, projects, and products with the chief, Public Affairs
Office, or his designee. The contractor shall normally provide up to
eight (8) hours of support per day, up to forty (40) hours per week, up
to the total quantity of 2000 hours per year. In some instances the
contractor may need to work more than eight (8) hours/day or more than
forty (40) hours/week, subject to PAO approval. However, in no event
shall this Statement of Work be construed as increasing the hours, or
value, of the subject order over that reflected in the Schedule.
On-site work shall be conducted between 0700 hours and 1730 hours
Monday -- Friday, unless otherwise arranged with the PAO. Contractor
shall submit a certified (signed) invoice for actual work performed
(hours expended) in direct support of the PAO and consistent with this
Statement of Work. Invoices may be submitted every two weeks. Payment
shall be issued for gross pay, with no deductions. The contractor
shall be responsible for the payment of all taxes, and any other
deductions. In addition, the contractor shall not be entitled to any
benefits or other form of compensation. The contractor shall provide
documentation of procedures used and data files created in the
performance of the work required by this Statement of Work, as well as
a hard copy of all data incorporated into the database by the
contractor. All travel, if any is required, shall be subject to prior
approval by the Government. Travel shall not commence until such time
as the cost therefore is negotiated between the Contracting Officer and
the contractor, and incorporated into the contract by modification. In
no event shall travel costs be negotiated that exceed those allowable
under the DoD Joint Travel Regulations. This Statement of Work
contains no requirement for the provision of "personal services."
Accordingly, technical services provided hereunder will not require
continuous direction from the PAO but there shall be guidance on work
to be performed. This acquisition document incorporates FAR provisions
and clauses in effect through Federal Acquisition Circular 97-18 as
applicable. FAR Provision 52.212-1 applies. FAR Provision at 52.212-4
applies and DFARS clauses listed in 252-212-7001 are attached as
addenda; and 52.212-5 applies and includes the additional FAR clauses:
52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52-222-37,
52.232-33, DFARS Provision 252.225-7000; DFARS Clauses: 252.206-7000;
252.225-7012; 252.225-7001 applies. FAR Provision at 52.212-2 applies
and in accordance with paragraph A of that clause, the following
evaluation factor shall be used to evaluate offers in descending order
of importance: 1. Contractor must have qualifications and previous
experience required to complete tasks. Submit portfolio of previous
work to include resume, three examples each of hard news stories,
feature stories, and publications (newsletters/brochures/flyers, etc)
using desktop publishing. 2. Price. Following the evaluation of all
proposals, the Government will select the lowest price proposal that
meets the government's needs. Written proposals required. Response time
is 22 August, 2000 at 15:00 P.M. EST. for submission of proposal to the
above contracting office. Offerors shall include a completed copy of
the provision at FAR 52.212-3 with their offers and certification. The
applicable SIC code for this effort is 8743. For the purpose of this
requirement, any concern having annual receipts under $5.0 is
considered a small business. Firms responding shall indicate whether or
not they are a small or small disadvantaged business concern. This is
a 100 percent small business set-aside. E-Mail address for Kathleen
Wilder, Contract Specialist, Kathy.Wilder@natick.army.mil. Posted
08/08/00 (W-SN483460). (0221) Loren Data Corp. http://www.ld.com (SYN# 0076 20000810\R-0009.SOL)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on August 8, 2000 by Loren Data Corp. --
info@ld.com
|
|
|