Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

R -- Communication Consulting Services

Notice Date
5/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541820 — Public Relations Agencies
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, DC, 20220
 
ZIP Code
20220
 
Solicitation Number
Reference-Number-06PR-TDP-312
 
Response Due
6/1/2006
 
Point of Contact
Jeffrey Neill, Contract Specialist, Phone 2026222888, Fax 2026222343, - Dwight Stephens, Contracting Officer, Phone (202) 622-0632, Fax (202) 622-2343,
 
E-Mail Address
jeffery.neill@do.treas.gov, dwight.stephens@do.treas.gov
 
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. The solicitation number 06PR-TDP-312 is being issued as a Request for Quote (RFQ.) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This procurement is being issued as a 100% Small Business Set-Aside; the NAICS code is 541820 and the size standard is not to exceed 6 Million. The US Department of the Treasury has a requirement for Communications Consulting Services. Offerors are requested to submit their quote for a base year and 4 option years. Award will be based on the best value to the Government. The factors to be assessed are technical capability, price, and past performance (See 52.212-2 infra.) Offerors are required to submit 3 past performance references that are relevant and are within the last 3 years. STATEMENT OF WORK IRS OVERSIGHT BOARD COMMUNICATIONS CONSULTING SERVICES 1.0 REQUESTIONG AGENCY. IRS Oversight Board 1500 Pennsylvania Ave. NW Washington, DC 20220 202-622-2581 2.0 AGENCY PROJECT OFFICER. Charles Lacijan, Staff Director 3.0 BACKGROUND. The IRS Oversight Board was created by section 1101 of the Internal Revenue Service Restructuring and Reform Act of 1998. The Board oversees the IRS in its administration, management, conduct, direction, and supervision of the application of the internal revenue laws and foreign tax conventions to which the United States is a party. The Board is responsible for ensuring that the organization and operations of the IRS allow it to carry out its mission. The Board serves as an oversight and review body of IRS strategic planning, major reorganizations, specified executive personnel decisions, budget requests, and issues that affect the treatment of taxpayers by IR S employees. The board ensures that appropriate confidentiality is maintained in the exercise of its duties. The IRS Oversight Board is required to submit an annual report on its activities to Congress and the President of the United States. The Board is authorized to submit additional reports under specified circumstances. In addition, pursuant to its responsibility to ensure that the organization and operation of the IRS allow it to carry out its mission, the IRS Oversight Board will endeavor to develop and maintain effective and efficient communication with Congress and other external audiences such as the media. 4.0 REQUIREMENT. The IRS Oversight Board has a requirement for communications consulting services on an “as needed” basis to assist the IRS Oversight Board with the tasks listed below. The expected level of support is 1200 hours of service per year. 5.0 SCOPE/TASKS. 5.1 Communication with press: At the direction of the IRS Board Staff Director or Chairperson, the Contractor shall direct and manage relations with the press on behalf of the IRS Oversight Board. This includes responding to press inquiries, developing Op-Ed pieces that express the view of the Board, and writing press releases conveying information related to Board activities. 5.2 Annual reports: Based on input from the Oversight Board, the Contractor shall be responsible for developing, editing, formatting, and reviewing annual reports that must be submitted to the President and Congress concerning the activities of the Board, as well as any additional reports the Board chooses to submit to the President or Congress. The annual reports shall be submitted upon final Board approval. It is expected that the annual report will be completed in December of each year. 5.3 Congressional testimony: Using the information gathered and analyzed by the IRS Oversight Board and at the direction of the IRS Board Staff Director or Chairperson, the contractor shall develop, review and edit Congressional testimony prepared to explain to the appropriate committees the findings and positions of the IRS Oversight Board. 5.4 Public Materials: The Contractor shall develop materials for public distribution, which may include the following: descriptions of the role and activities of the IRS Oversight Board, biographical information on Board Members, issue papers discussing topics of strategic interest, and speeches. 5.5 Board Meetings: The Contractor shall attend all Board meetings, which are expected to occur bi-monthly for a duration of two days. 5.6 Communication Strategy: The Contractor shall work with the Staff Director and Chairman, IRS Oversight Board to develop a strategy the Board can use to communicate with external stakeholders, including the Congress, media, IRS stakeholder organizations, and the public. 5.7 Lobbying Restrictions: The Contractor shall strictly adhere to all legal restrictions on the use of appropriated funds for lobbying activities. 6.0 GOVERNMENT FURNISHED PROPERTY/INFORMATION. The Government will provide access to all documentation required for completing the tasks under the resulting contract, excluding classified documents or files, no later than three days after request by Contractor. The Government will provide the necessary materials, equipment, services, and facilities for all on-site work at the IRS Oversight Board’s Office. There is no additional safety or environmental requirements beyond that which are normally encountered in an office environment. 7.0 SECURITY REQUIREMENTS. Although much of the information will be available through public disclosure, the contractor will be reviewing Treasury Department and Government sensitive documents. Information contained in such material shall be treated as “For Official Use Only” and shall not be divulged or made known in any manner to any person except as is necessary in the performance of this contact. No security clearance is required. 8.0 PERIOD OF PERFORMANCE. The period of performance for the basic contract will last for 12 months beginning on the day of the resulting contract award. There will be four option years each 12 months in duration. 9.0 DELIVERABLES. 9.1 The Contractor shall draft, edit and review the annual report and any additional reports to be submitted by the Board to Congress. The Contractor shall prepare all requested congressional testimony and public materials as directed by the Chairperson or Staff Director. Due dates for all work shall be specified by the Staff Director or Chairperson. 9.2 The Contractor shall draft a press release, in conjunction with the Board Chairperson or designee, within 24 hours following each IRS Oversight Board meeting. 9.3 The Contractor shall assist the Staff Director or Board Chairperson in the preparation and submission of the annual report on electronic filing mandated by section 2001(d) of the Internal Revenue Service Restructuring and Reform Act of 1998. 10.0 PLACE OF PERFORMANCE. The primary place of performance will be the Oversight Board’s office in Washington, DC, which is presently located at Metropolitan Square, 650 G Street NW. One or more Board meetings may occur outside of the Washington, DC metropolitan area. Performance of some work activities at the Contractor’s place of business may be authorized by the Board Staff Director or designee. 11.0 Type of Contract A time and material contract award is anticipated. 12.0 REIMBURSEMENT FOR TRAVEL. All travel shall be approved in advance by the Staff Director. The Government will reimburse the Contractor the actual cost of travel and miscellaneous travel-related expenses including, at the Government’s option, providing the contractor with air or rail common carrier tickets. Reimbursement of Travel costs, to include per diem, shall not exceed the rates and conditions of reimbursement set forth in the Federal Travel Regulations. 13.0 INSPECTION/ACCEPTANCE. The Contractor shall submit all required reports, briefings, press releases, and other materials prepared under this contract to the Chairperson of the Board or designee. The Chairperson or designee has final acceptance authority. End— The provisions in FAR 52.212-1; FAR 52.212-4; FAR 52.212-5 apply to this acquisition. The provisions in FAR 52.212-2 apply to this requisition. They are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Price 3. Past Performance Technical Capabilty and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provisions at FAR 52.212-3 “Offeror Representations and Certifications-Commerical Items.” Homeland Security Presidential Directive 12 applies to this acquisition; “Personal Identification Verification of Contractor Personnel” (a) The Contractor shall comply with Treasury and Bureau personal identity verification procedures that implement HSPD-12, OMB guidance memorandum M-05-24 and FIPS Pub 201. (b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a Federally controlled facility or access to a Federal information system. Please submit your quote by email to Jeffery.Neill@DO.Treas.Gov or fax to 202-622-2343. The Department of the Treasury assumes no responsibility for receipt of a quote; but, you may call or email for confirmation. No solicitation document is available; and a request for a solicitation document will not be considered responsive. Any question on this RFQ must be submitted by email no later than 10am (EST) on May 26, 2006 Questions received after the deadline may not be answered. Offers must be received at the Department of the Treasury, Departmental Offices, Procurement Services Division by 10am (EST) on June 2nd , 2006. For information regarding regarding this solicitation, please contact by email or fax (no phone calls please,) Jeffrey Neill at the email address or fax number listed above. Interested Offerors may register at Http://www.FedBizOpps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, it is recommended that the FedBizOpps site be monitored for all relevant information regarding this acquisition. If an Internet option is not available, you may receive a hard copy of the solicitation and any amendments via US mail by faxing your request to 202-622-2343 or emailing your request to Jeffery.Neill@DO.Treas.Gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUL-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TREAS/DOPSD/PSD/Reference-Number-06PR-TDP-312/listing.html)
 
Place of Performance
Address: 1500 Pennsylvania Avenue Washington, DC
Zip Code: 20220
Country: USA
 
Record
SN01096914-F 20060726/060724223115 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.