Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

R -- Graphics and Archivist Support NAICS 541430

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Leavenworth, ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF409R0024
 
Response Due
7/22/2009
 
Archive Date
9/20/2009
 
Point of Contact
Chris Eischen, (913)684-1635<br />
 
E-Mail Address
ACA, North Region Contracting Center - Fort Leavenworth
(christopher.eischen@us.army.mil)
 
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 is W91QF4-09-R-0024 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 541430 with a small business size standard of $7,000,000.00. This requirement is a Small Business set-aside and only qualified offerors may submit proposals. This requirement includes the following items: CLIN 0001 for Archivist and Graphics Support and CLIN 0002 for Contractor Manpower Reporting. PERFORMANCE WORK STATEMENT for Graphics/Archival Support 1. Scope. The contractor shall provide the support in production of graphic objects and archiving of documents. Graphic objects such as maps and charts are used in CSI publications such as Occasional Papers and longer monographs such as On Point II which can be viewed at http://usacac.army.mil/cac2/csi/csipubs.asp. Archival collections that organize the large number of documents collected by various CSI research teams are necessary to support CSIs publishing effort. 2. Background. Operational requirements to support joint warfighters and decision-makers have increased for CSI. As a result, CSI requires graphics/archival contractor support to perform non-personal services set forth in PWS. 3. Mission. The mission of CSI is to support joint warfighters by providing original, relevant, historically-based research products and lessons which fulfill the Armys leader development, operational and doctrinal requirements. CSI also serves as the CAC Commanders historical think tank in support of his command responsibilities. 4. Ability to obtain a Secretlevel security clearance. Although CSI publishes only unclassified books, the contractor may be called upon to review documents that contain classified material from which unclassified data is extracted. 5. Tasks: 5.1 Task One. Create Graphic Objects. The contractor shall create and revise graphic objects to illustrate CSI publications planned for distribution between June 2009 and June 2010. Short publications such as Occasional Papers may require 8 15 graphic objects which include maps. Longer publications such as On Point II will require between 120 and 160 graphic objects including maps, charts, and photographs. CSI staff will provide draft maps, charts, photographs in digital format for conversion into graphic object suitable for inclusion in printed works. In some cases, this conversion process will entail simple conversion of a photograph to a TIFF file. In other cases, the conversion process will entail taking information from a briefing slide and creating a chart or map in Adobe Illustrator. Contractor will create/revise approximately 300 graphic objects in the contract year. 5.1.1. Deliverable: All photographs must be delivered to COTR in the form of a TIFF file. Maps and charts must be delivered to COTR in the form of Adobe Illustrator files. All graphic objects must be in grayscale (no color). 5.1.2 Standard: All graphic objects must be delivered to the government via e-mail to the COR and on a CD ROM. In addition: "All graphic objects must be rendered in grayscale (no color). "All graphic objects must be turned in no later than 30 days after CSI provides draft graphic. "Photographs must be in TIFF file format. "Maps and charts must be in Adobe Illustrator file format. "Maps must be legible and all features (cities, rivers, valleys, units, etc.) are displayed in right location. "Military units are displayed in graphics using standard US Army symbols. Charts are legible and comprehensible. "Photographs are clear. 5.2 Task Two: Create Hard Copy Collection of Primary Documents. The contractor shall process and organize primary documents used by CSI in endnotes of study titled Operation Enduring Freedom (OEF) II. 5.2.1 Deliverable. A collection of documents (briefings, interview transcripts, memoranda, etc.) processed into individual folders and placed into archival boxes. Boxes will be labeled based on the chapters from which the enclosed documents are drawn. The collection will include a finders aid in both hard copy and electronic formats. Collection will total approximately 12 linear feet. Collection will be delivered no later than 31 October 2009. 5.2.2 Standard. The OEF II hard copy collection will be delivered in archival folders and boxes made of materials acceptable within standards established by the Society of American Archivists. All folders and boxes will be labeled using labels approved by Society of American Archivists. 5.3. Task Three: Contractor will create electronic files for the material provided as GFI (Government Furnished Information) in support of On Point IV project. The material includes: digital documents, briefings, photographs, etc, which will be reviewed, organized and added into a virtual collection that will reside on the CSI local area network (LAN). Collection will be between 20 and 35 Gigabytes in volume when completed. Collection will also include a digital finding aid for collection. 5.3.1. Deliverable: Contractor will upload digital documents, briefings, photographs, etc to the CSI local area network (LAN) for the electronic collection of On Point IV. Individual documents shall be uploaded within 30 days of receiving the material from CSI and no later than the last day of the contract. 5.3.2 Standard. Individual files clearly identified by file names that include unit or organization name. Electronic OP IV collection will contain no classified materials. Electronic OP IV collection organized in unit/organization folders. Digital finding aid included. Collection 20 to 35 gigabytes in volume. 6. Reviews and Reports. 6.1 Weekly reviews. The contractor will provide the COR an informal progress report by 1200 on the last day of the work week, usually Friday, in person, via email, or by phone. 7. Government Furnished Equipment 7.1. For Archiving support: access to work space in Flint Hall, Fort Leavenworth where materials for OEF II hard copy collection are stored. Additionally, access to CSIs local area network (LAN) where contractor will construct electronic OP IV collection. 8. Period of Performance. The Period of Performance shall be for one base period of 12 months with the option to exercise two additional, 12 month option periods. Any award resulting from this RFP will be issued on Standard Form 1449 to the offeror whose proposal provides the best value to the Government and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Proposals are due no later than 12:00 pm CST, 22 July 2009. Proposals shall be submitted to: Missions and Installation Contracting Command (MICC), ATTN: Chris Eischen, 535 Kearney Avenue, Blockberger Terrace, Building 338, Rm 105, Ft. Leavenworth, KS 66027. Telephone communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. Proposals received after the specified due date and time will not be considered for award. For further information regarding this solicitation, view the attachments or contact Chris Eischen via email at Christopher.eischen@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ01-1/W91QF409R0024/listing.html)
 
Place of Performance
Address: Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS<br />
Zip Code: 66027-1417<br />
 
Record
SN01863275-W 20090703/090702002455-40f9294de4b5d337dd02e089c80d6298 (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.