Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

76 -- Comic Book

Notice Date
3/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0026
 
Response Due
4/8/2005
 
Archive Date
4/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. (ii) The solicitation number is H92239-05-T-0026, and is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01. (iv) This action is being 100% set aside for Small Business. The NAICS code assigned to the solicitation is 511120 with a small business size standard of 500 employees. (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). CLIN 0001 ? Develop the first comic book, 1 ea; CLIN 0002 ? Follow on Comic Books, 11 ea; CLIN 0003 Option CLIN 12 ea. (vi) Description of requirements for the items to be acquired. 1. GENERAL. The Contractor shall provide development of an original comic book series to include creation of character lines with supporting artwork, technical editorial support, storyboard development, and all required artwork. This will be a collaborative effort with representatives of the U.S. Army who have already done initial character and plot development. 1.1. BACKGROUND. In order to achieve long-term peace and stability in the Middle East, the youth need to be reached. One effective means of influencing youth is through the use of comic books. A series of comic books provides the opportunity for youth to learn lessons, develop role models and improve their education. 2. Qualifications, Experience and Requirements. 2.1. Contractor must demonstrate qualifications and experience in design and production of four-color comic books. 2.2. Knowledge of Arab language and cultures, law enforcement and small unit military operations is desired. 2.3. The comic books will be produced in Arabic so the boxes will have to follow a sequence of right to left and top to bottom. Although knowledge of Arabic is not required, the contractor must have the capability to incorporate Arabic text into the final product and also provide a copy with blank bubbles and void of all printed text ?sound effects.? 2.4. The series will be based on the security forces, military and police, in the near future in the Middle East in cooperation with the Ministries of Interior of some of those countries. The comic series will be subject to change based on initial focus group testing of a prototype comic. If the subject matter for a specific comic does not do well in its intended focus group then it may be dropped and/or a new basis for the comic will be selected. There may be opportunities for this series to continue and additional comic series to be developed next year based on feedback from the first series. 2.5. The US Army retains all rights to the intellectual property contained in these comic books. The Contractor shall not use or disclose any information concerning this product or of the Government in any form of advertising. 3. OPERATIONAL REQUIREMENTS 3.1. The comic book will be produced based on thematic guidance from representatives of the U.S. Army, who will also provide the Arabic translation. Modifications resulting from pre-testing will be made by the contractor and resent to the designated representative of the U.S. Army with actual production being done by the U.S. Army. 3.2. The final proof shall be submitted via electronic means in both JPEG and COREL format to the designated representative of the U.S. Army for evaluation. The designated representative of the U.S. Army will approve comic book materials that meet the criteria specified in this Statement of Work within 72 hours by notifying the Contracting Officer?s Representative. The basis for reflection shall be articulated by the designated representative of the U.S. Army and shall conform to one or more of the requirements of the Statement of Work. 3.3. If the designated representative of the U.S. Army unit determines that the comic book material is not being produced in accordance to the standards of this Statement of Work, the problem will be identified the to the Contracting Officer Representative, who will discuss/resolve with the Contractor?s management. The representative will not try to rectify the problem directly with the comic book creators. 4. GOVERNMENT FURNISHED MATERIAL/SUPPORT 4.1. No material support will be provided by the U.S. Army to the contractor. 4.2. Costs for the printing and distribution of the comic will be Government?s responsibility and are not covered by this contract action. 4.3. The designated representative of the U.S. Army will provide thematic guidance, cultural expertise and oversight to the contractor. Additionally, photos of regional architecture, vehicles, and people, which will serve as a basis for the artwork will be provided. 5. SECURITY CLEARANCE. The Contractor will not be required to handle classified material. 6. SCHEDULE: Frequency of the comic book will be one per month, based on a proof of concept. This contract will be for the completion of 12 comics, 16 page sides (including covers), size A4, comic books and an option for 12 additional comic books. 7. CONTRACTOR FURNISHED MATERIAL/SUPPORT 7.1. Sufficient management personnel to oversee this effort, and ensure that work performed is in accordance with the Statement of Work. 7.2. Any necessary pre-service and in-service training. (vii) Date(s) and place(s) of delivery and acceptance are provided above, and the FOB point is DEST. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Evaluation Information: The Government will award the contract to the offeror whose offer represents the best value to the Government on the basis of (1) Technical (2) Past Performance and (3) PRICE, as explained below. Technical. The Government will assess the technical capability of each offeror on the following areas. The Government will NOT assess capability on a pass/fail basis, but will use its assessments of capability as a basis for comparing offerors to determine best value. a. Approach to performance/completion of the Comic Books, to include time lines and discussions on the individuals or group that will be working on the effort. b. 2 Samples of previous work. c. Special Benefits. Discuss the company?s special benefits/resources that add value to their proposal. 3. Past Performance. Past performance is a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to: Federal, state and local government agencies, better business bureaus, published media, and electronic data bases. The Government will not evaluate an offeror's organizational past performance on the basis of the personal past performance of the offeror's key personnel. The Government may evaluate the organizational past performance of the offeror's proposed key subcontractors. 4. Price. The Government will evaluate the reasonableness of the price of each acceptable offer in relation to the offeror's relative capability. Price will be evaluated on the basis of price analysis if adequate competition is obtained. 5. Relative Importance of the Evaluation Factors. Nonprice evaluation factors, when combined, are significantly more important than price. The Government considers an offeror's Technical Capability to be more important than Past Performance or Price. The elements of Technical are in descending order of importance. However, the Government will not select an offeror for award on the basis of a superior capability without consideration of the amount of its price. The relative influence that capability and price will have on the source selection will depend on the differences among the competing offerors. See Source Selection Decision, below. 6. Source Selection Decision. In order to select the winning offeror, the Government will rank the offerors from best to worst. If one offeror has both the better capability and the lower price, then that offeror will be the better value. If one offeror has the better capability and the higher price, then the source selection authority will decide whether the difference in capability is worth the difference in price. If the source selection authority considers the better capability to be worth the higher price, then the more capable, higher-priced offeror will be the better value. If not, then the less capable, lower-priced offeror will be the better value. The Source Selection Authority will continue to make paired comparisons until he or she has decided which offeror represents the best value. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Clause - Commercial Items (June 2004) DEVIATION is hereby incorporated by reference, as well as the following clauses, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq). (xiii) Additionally, the following clauses are applicable to this solicitation, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7, Central Contractor Registration, 252.204-7004, Alternate A, 52.219-6 Notice of Total Small Business Set-Aside, 52.232-7003 Electronic Submission of Payment Requests, 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-21 Prohibition of Segregated Facilities, 52.217-5 Evaluation of Options, 52.217-9 Option to Extend the Term of the Contract, and 5652.204-9002 Instructions for the Use of Electronic Contracts. (xiv) N/A (xv) N/A (xvi) Signed and dated quotes referencing the RFQ number H92239-05-T-0026 and includes sufficient technical information as outlined in the Evaluation Section above, Past performance information, and pricing, must be submitted, no later than 5:00 p.m. 8 April 2005, to Karen Glass at FAX (910) 432-9345 or email to glasska@soc.mil. An acknowledgement will be sent from the Contracting Officer upon receipt, the contractor is responsible for ensuring their email/fax has been received. (xvii). Karen Glass is the point of contact regarding this solicitation, (910) 432-6145.
 
Record
SN00777326-W 20050330/050328212202 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.