Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

R -- MARKETING SUPPORT

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-06-R-0525
 
Response Due
5/25/2006
 
Archive Date
7/24/2006
 
Small Business Set-Aside
N/A
 
Description
This is a full and open competition combined synopsis/solicitation for a commercial service to provide marketing support to Program Manager prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information include d in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. A Time and Materials contract is intended to be used. The applicable NAICS Code for this effort is 541613 wi th a size standard of $6,000,000. The duration of the contract will be for one year from the effective date of the award, with four option years. In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) da tabase. The web site to register or check on your status is http://www.ccr.gov/. General Requirements: The contractor's primary focus shall be to provide marketing support to the PM as required. This individual will support PM FSS by performing our Marketing activities. These include receiving visitors and conducting routine tours of our product and equipment display areas, and participation in routine, annual and recurring conferences, meetings and other related activities. Job responsibilities involve working with an external graphics and audio-visual organization located at the Na tick Soldier Center to design and manage our conference display booth, creating and maintaining current information on project brochures, marketing collateral and other marketing materials. The position responsibilities also involve frequent travel and an ability to interact with a wide variety of stakeholder, constituent and audience membership from junior personnel through the most senior representatives of the military, industry and other government agencies. Close cooperation and coordination with per sonnel inside our organization is required to assist in designing and constructing trade-show booths and inside/outside project equipment displays. Specific Requirements/Tasks The contractor will be directly responsible for ensuring the accuracy, timeliness and completion of all tasks assigned under this contract. Specifically, the contractor will provide: Represent program office personnel at routin e, annual and recurring Conferences, Trade Shows and non-Technical Meetings conducted and managed by other organizations. Manage and coordinate Set up and tear down of display booth and demonstration equipment. Articulate basic and essential elements of th e program offices mission, products and services. Coordinate with an external graphics and audio-visual organization to design and maintain marketing collateral, including brochures, product sheets, CDs and product compilation books. Develop and mainta in client and key stakeholder contact lists. Design, prepare and distribute general information sheets and newsletters. Receive visitors and conduct routine tours of program office equipment displays. Accurately and effectively respond to inquiries from v endors, customers and other organizations. Ability to travel for frequent trips lasting multiple days; occasional travel outside the continental United States. Coordinate routine and ordinary participation in conferences and arrange conference-related logi stics such as floor space; arranging for blocks of rooms; arranging for round trip transportation for project display equipment, etc. TRAVEL: The following travel is estimated as adequate to perform the specified task: One round trip from Natick, MA to Ft. Lee, VA (1 person/3 days) Two round trips from Natick, MA to HQDA, Washington, DC (1 person/3 days) One round trip from Natick, MA to Ft. Bragg, NC (1 person/3 days) One round trip from Natick, MA to Ft. Benning, GA (1 person/3 days) One round trip from Natick, MA to Heidelberg, Germany (1 person/5 days) Additional travel, as required, will be coordinated through the Program Manager (PM) or Deputy Program Manager (DPM). For all trav el, the Contractor must receive approval from the PM or DPM prior to the travel. OTHER DIRECT COSTS (ODCS): The government does not anticipate ODCs aside from required travel. However, if the contractor foresees a requirement, the contractor shall incl ude the costs and description in the proposal. TRAINING Except as described herein, the Government will neither directly perform training nor provide funding to obtain training related to the skills necessary to provide the advisory service associated with this contract. Accordingly, the contractor personnel pe rforming this task must possess the knowledge, skills, and experience necessary for successful completion of this task at the time of task initiation. However, the government will provide for training related to operation of government equipment, access t o government computer systems, and to meet required government standards of conduct related to physical security, ethics, security awareness and other such requirements that arise from time to time. SECURITY: The ability to attain, and maintain, a Secret Clearance is required for this contract. The government will arrange for contacting the Defense Security Service and ensure clearances are loaded into the Joint Personnel Adjudication System (JPAS) a nd covered under PM FSS / Natick Soldier Centers facility clearance. GOVERNMENT FURNISHED PROPERTY / INFORMATION / COMPUTER UTILIZATION The Government shall make available on-site space as well as routine and specialized equipment necessary to perform the task order, to include access to the Internet. The Government shall make available all documents and publications necessary to accompli sh the task order. The Government will provide space, personal computers, printers, peripheral devices (such as storage media), facsimile or copier machines, and basic office supplies for this effort.DELIVERABLES: Specific reports, recommendations and con clusions shall be provided on a case-by-case basis. Monthly reports shall be prepared as described in paragraph N below PERIOD OF PERFORMANCE: The period of performance is for 12 months from the date of award. The contractor will be expected to provide services averaging a minimum of 24 hours per week, excluding periods when travel is involved. Additional hours, as requir ed, will be coordinated through the PM or DPM. Support is not required during government holidays or when the host installation is not open for normal business. Four optional 12-month periods will be available under the basic contract supporting this tas k. Place of Performance: The primary place of performance for this work will be U. S. Army Soldier Systems Center, Natick, MA. Type of Contract: The contractor will propose format. CONTRACT MANAGEMENT / MONTHLY ACTIVITY REPORT: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this contract. The Contractor's management r esponsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the statement of work. A monthly report detailing the activities performed unde r the contract shall be prepared and submitted by the 15th day of each month, covering the prior months activity. PRODUCTIVE DIRECT LABOR HOURS: The contractor can only charge the Government for Productive Direct Labor Hours. Productive Direct Labor Hours are defined as those hours expended by Contractor personnel in performing work under this Task Order. This d oes not include sick leave, vacation, Government or contractor holidays, jury duty, military leave, or any other kind of administrative leave. GOVERNMENT HOLIDAYS: The following Government holidays are normally observed by Government personnel: New Years Day, Martin Luther Kings Birthday, Presidential Inauguration Day (metropolitan DC area only), President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day designated by Federal Statute, Executive Order, and/or Presidential Proclamation. INVOICING: The Contractor shall bill no more than once monthly. Invoices must include, as a minimum, the following information for each individual: Name, Time Period Covered, Productive Direct Labor Hours, Labor Category(s), Hourly Rate, travel w/description, Other Direct Costs with an appropriate description This solicitation document incorporates FAR provisions and clauses in affect through Federal Acquisition Circular 2005-05 dated 27 July 2005 as applicable. Clauses that apply: 52.212-1, 52.212-2, 52.212-4, 52.212-5, 52.204-7, 72.247-34, 52.252-2, 512.252-6, 252.204-7004, 252.225-7002, 52.212-5, Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6, 52.222-3, 52.222-19, 52 .222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.212-7001, 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.247-7023. 52.217-8 and 52.217-9. Offerors shall include the full text provision FAR 52.212-3 (Offeror Represent ations and Certifications Commercial services), completely filled out and as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial services). The following evaluation factors shall be used to evaluate offers in descending order of importance: Feasibility of technical approach is considered the most important factor, followed by price and past performance. A written proposal is requested along with resumes of the potential candidates able to fill the statement of work. Contracto rs shall address all the evaluation criteria in the above factors in detail in their proposals. Following the evaluation of all the proposals, the Government will select the contractor that provides the best value to the Government. This is a best value ac quisition, therefore offerors are cautioned that award may not necessarily be made to the lowest priced offeror. Response time is 25 May 2006, 5:00 P.M. EST. Point of contact is Kathy Wilder. E-Mail address is: Kathy.Wilder@natick.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01045552-W 20060512/060510220942 (fbodaily.com)
 
Source
FedBizOpps 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.