Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
SOURCES SOUGHT

R -- America's Army Game Project: Marketing Support Services

Notice Date
1/25/2008
 
Notice Type
Sources Sought
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-AMERICAS-ARMY
 
Response Due
7/25/2008
 
Archive Date
9/23/2008
 
Point of Contact
jjustice, 703-325-5658
 
E-Mail Address
Email your questions to ACA, ITEC4
(jeri.justice@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The US Army Contracting Agency-Information Technology, E-Commerce, and Commercial Contracting Center (ACA-ITEC4) is planning an acquisition for the requirements of the Army Game Project (AGP). The purpose of this Request for Information (RFI) is to identify qualified sources that can meet the Armys marketing requirements and to solicit comments on the Draft Performance Work Statement (PWS) and the proposed acquisition strategy. The Army Game Project is managed by the United States Military Academy, Office of Economic & Manpower Analysis (USMA OEMA), West Point, NY 10996. The contractor will use the Americas Army computer game to provide generalized marketing support to the U.S. Army (Army) Game Projec t and Real Heroes program, operate the Virtual Army Experience and other customized experiential marketing assets, manage the Challenge Tour and Remote Recruiter Support System, and create and operate the Virtual Army Experience  Delta as described in the Draft PWS. OBJECTIVE. The contractor will be required to provide a broad range of non personal, technical, management, and logistical services in order to meet the Government's marketing requirements. Interested sources should refer to the Draf t PWS for additional information about the Government's requirements. The Draft PWS may be obtained by submitting an email request to the following addresses: Dawn.Cregger@us.army.mil and Jeri.Justice@us.army.mil. BACKGROUND. The AGP has created and marketed the Americas Army computer game, for the purpose of actively seeking to more effectively market the Armys career opportunities to America's youth. The Americas Army computer game is one of the top ten most popular PC action games played on line. It provides players with the most authentic military experience available, from exploring the development of Soldiers in individual and collective training to their deployment in simulated missions in the War on Terror. The game is hosted at www.am ericasarmy.com. COMMENTS ON THE DRAFT PWS. Prospective offerors are invited to submit comments on the draft PWS. Comments on the draft PWS shall not exceed five (5) pages. ACQUISITION STRATEGY. The acquisition is anticipated to be a fu ll and open competition resulting in a single Indefinite Delivery/Indefinite Quantity contract. The contracts performance period will have a one-year base period and four (4) one-year option periods, at an estimated value of $75,000,000. The geographic scope of the contract will include the 48 contiguous states. The contract will be performance-based. The applicable NAICS code is anticipated to be 541613, Marketing Consulting Services, with a small business size standard of $6,500,000. PRI CING STRATEGY. The tasks identified in the PWS will be firm-fixed-price. REQUIREMENT STRATEGY. The Government will require each offeror to submit a proposal based on the Performance Work Statement in the solicitation. ORGANIZATIONAL CONF LICTS OF INTEREST (OCIS). None known. DUE DILIGENCE. A draft solicitation and pre-solicitation conference is anticipated. EVALUATION APPROACH. A best value tradeoff evaluation will be performed IAW FAR Part 15. The Government will select the proposal that is determined to be the most advantageous to the Government. The evaluation factors under consideration include Management and Technical Approach, Price, Past Performance, and Small Business Commitment. SCHEDULE. The Gov ernment plans on releasing the Army Game Project solicitation in the third quarter of FY08. The solicitation will be posted on the FedBizOpps website. COMMENTS ON ACQUISITION STRATEGY. Comments are requested on the acquisition strategy described above in this synopsis on such items as: --The suitability of the contract to be performance-based, full and open competition, and the pricing methodo logy. --What Performance Standards can or should be used to measure unsatisfactory, satisfactory, and outstanding achievement of the performance requirements identified in the Draft PWS? What are the best sources of Performance Standards? Sho uld standards be expressed in terms of technical performance (quality), timeliness (schedule), cost control, or some combination of these parameters? --What surveillance and measurement techniques can or should be used to determine whether the Performance Standards are achieved, not achieved, or exceeded? --What types of incentive may be appropriate for the marketing services identified in the Draft PWS to motivate the contractor to exceed Performance Standards? --What are t he industry best practices the Government could utilize to streamline or enhance the requirement? --Is the NAICS code appropriate for the work to be performed? If not, what do you suggest? --What is the appropriate percentage of small business participation? Can the tasks be totally or partially subcontracted to small businesses? If so, what percentage? Justify the % identified. If not, why? Acquisition strategy comments shall not exceed five (5) pages. CAPABILITY STAT EMENT. It is critical that any interested source provide a corporate capability statement. The statement should explain why the source believes that it has the capability to meet the Government's requirements. Include in the statement the sources websi te address; CAGE code; most relevant Government or corporate client (one client reference only), the contract # and vehicle name, and POC for this client; socio-economic status; and business size based on the NAICS code of 541613, $6.5M. This statement sh all not exceed five (5) pages. The page limit does not apply to advertising material such as company brochures and catalogs. RESPONSE FORMAT. Responses shall be single-spaced, 12-point font, and not less than one (1) inch margins. Based on the pa ge limits set forth above, the total length of the response shall not exceed fifteen (15) pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this RFI is not an offer and cannot be accepted by the Gover nment to form a binding contract. Response to this RFI is voluntary. The Government will not award a contract on the basis of this RFI nor pay for information provided in response to this RFI. This information will not be returned. Corporate info rmation marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the AGP acquisition in any way that the Government chooses. In order to facilitate teaming and subc ontracting, the Government will collect responder information (company name and size, POC, phone number and email address) which will be released with the solicitation unless the responder expressly requests that its identity not be released. The Governme nt encourages the use of the interested parties notification capabilities on the FedBizOpps website, thereafter. The final requirements and acquisition strategy for the Army Game Project acquisition may be different from what is described in this synopsis. Responses to this synopsis shall be emailed or hand-delivered to the U.S. Army Contracting Agency-ITEC4, ATTN: Ms. Jeri Justice, Hoffman I Building, Room 920, 2461 Eisenhower Avenue, Alexandria, VA 22331. Response by email is preferred, but n o zipped files may be sent by email due to local firewall restrictions. Email responses shall be sent to Dawn.Cregger@us.army.mil and Jeri.Justice@us.army.mil. Responses to this synopsis shall be submitted no later than twenty (20) calendar days af ter the date of publication on the FedBizOpps website.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01492962-W 20080127/080125233736 (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.