Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOURCES SOUGHT

R -- America the Beautiful Pass

Notice Date
7/28/2005
 
Notice Type
Sources Sought
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2500 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
44091
 
Response Due
8/18/2005
 
Archive Date
7/28/2006
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The US Department of Interior, through its Franchise Fund activity GovWorks on behalf of the US Department of Interior (acting through the Bureau of Land Management, Bureau of Reclamation, Fish and Wildlife Service, and National Park Service) and US Department of Agriculture (acting through the US Forest Service) is seeking sources with the capabilities to design, produce, fulfill, market and implement a new Federal Recreational Lands Pass known as the America the Beautiful Pass. The Government is performing market research to determine if there is one source that can fulfill the Government's requirement or if contractor teaming arrangements (which may include non-profits or other organizations) can fulfill the Government's requirement. If the requirement cannot be fulfilled through one source or contractor teaming arrangements, the Government would like to receive capability statements from those firms for the part of the requirement that they can fulfill. The Government is seeking innovative and creative solutions to fulfill this requirement. For this requirement, the Government recognizes the long-term, ongoing, and valued relationships with non-profits such as the National Park Foundation, the National Forest Foundation, and others. The Government anticipates that these partnerships will continue. This acquisition should not be construed as precluding the current non-profit partners from the opportunities that they currently have including the National Park Foundation's administration of the contest for the 2007 image. The Federal Lands Recreation Enhancement Act (FLREA) passed in December 2004 requires five (5) Federal land management agencies to develop and implement a new Federal lands recreation pass known as the America the Beautiful (ATB) pass. The pass will be valid for entry at Federal recreation sites that charge entrance or standard amenity fees. The new pass is scheduled to be introduced in 2007, and will replace existing recreation pass programs (Golden Eagle, Golden Age, and Golden Access Passports and the National Parks Pass). For information on existing pass programs, visit http://www.recreation.gov/recpass.cfm. The ATB shall provide similar benefits to the existing pass programs, but the Government anticipates that its design shall be updated, as compared to existing passes, and it shall be marketed through multiple sales channels. It is anticipated that increases in sales, relative to current National Parks Pass and Golden Eagle sales, will allow the agencies to help provide important visitor services, deferred maintenance, education, outreach, and other services and enhance relationships with partners who can bring additional support to Federal lands. The services required to establish the new America the Beautiful Pass shall include, but not be limited to, overall pass design (except that images, selected through an annual contest, are expected to be provided to the contractor), web sales, developing and providing collateral materials such as hangtags, decals for open topped vehicles, a guidebook, etc.; pass fulfillment (for federal sites that sell the pass as well as for third party sales); pass inventory, tracking of sales and revenues by agency, and accountability; marketing, and distribution. Interested businesses shall provide the Government with (1) Name of Company-include a contact person's name, telephone number, and email address; (2) Company Address; (3) Company Size; (4) Identify whether the services identified above are of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices and whether these services are exclusively provided to the Government; (5) Identify standard commercial terms and conditions typically associated with these services; (6) Describe experience , capabilities, and past performance with similar types of requirements of similar scope and magnitude and whether they were performance-based - include the contract number; Government agency/Company name and address; contract funded amount; (7) Identify existing or potential pricing structure in support of this type of work; and (8) Identify qualifications of technical and management personnel. ***** THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. ***** Firms interested in performing this requirement may reply to this RFI by 11:00am EST August 18, 2005, addressing the elements above and any processes that would be used. Responses shall include one original and eight (8) copies. There is a 10-page limit for the response not including pamphlets, brochures, samples or other literature to support the 10-page capability statement. Proprietary processes or data must be clearly marked and documented as such. Respondents should include your firms Dun and Bradstreet Number (DUNS), Tax Identification Number (TIN) and Central Contractor Register Number (CCR). The Government will not pay for any materials furnished in response to this synopsis. Submittals furnished will not be returned to sender. Requests for other pertinent information and questions may be address to: atb@mms.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=262217)
 
Record
SN00857139-W 20050730/050728212751 (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.