Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

A -- Presentation Graphics and Other Industrial Design Support for System Architecture, Engineering and Integration Activities

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), 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-10-R-0033
 
Response Due
3/6/2010
 
Archive Date
5/5/2010
 
Point of Contact
Jonathan Lehmann, 508-233-4124
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(jonathan.lehmann@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. 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 U.S. Army RDECOM Contracting Center, Natick Contracting Division has an acquisition requirement for a firm fixed price contract for presentation graphics and other industrial design support for system architecture, engineering and integration activities. This is a combined synopsis/solicitation W911QY-10-R-0033. The NAICS Codes for this acquisition 541430. Vendor Scope of Work: 1. Background: The contractor will provide the Soldier Network, Power and Lethality Team (SNPL) with presentation graphics and other industrial design support for system architecture, engineering and integration activities. Communication of current development efforts to team members and presentations of technical progress/status to management require graphical materials at several levels. Concepts that dont exist must be drawn and otherwise communicated using sketches, architecture drawings, or Visio diagrams. Required modifications and updates must be documented using digital images, CAD drawings, and/or Adobe Illustration documents. The personnel providing the graphic design support need to be knowledgeable of the overall system in order to properly interpret the concepts and maintain consistency between the different graphical mediums. 2. Requirements: Over the course of this work effort the contractor shall provide presentation graphics and other industrial design support for system architecture, engineering and integration activities as directed by the Soldier Network, Power, and Lethality Team (SNPL) at Natick Soldier Research Development and Engineering Center (NSRDEC). a. General Requirements. The contractor shall: (1)Provide the Soldier Network, Power and Lethality Team (SNPL) with presentation graphics and other industrial design support for system architecture, engineering and integration activities. (2) Have experience with military subjects in general and the NSRDEC S&T operations in particular (3) Have a demonstrated knowledge of Army presentation graphical needs. (4) Have personnel available with demonstrated graphics experience and knowledge of Army subjects. (5) Posses software, hardware and infrastructure to support graphical content development and delivery. b. Specific Requirements: 1) The contractor shall provide the Soldier Network, Power and Lethality Team (SNPL) with presentation graphics and other industrial design support. This support shall include, but is not limited to: - Original graphics - Image compilations - System architecture / wiring diagrams - Artistic renderings - Engineering drawings 2) The contractor shall demonstrate that they have experience with military subjects in general and the NSRDEC S&T operations in particular. - Contractor shall posses knowledge related to the demonstration and experimentation activities conducted by the SNPL Team at Ft. Dix, NJ and at Ft. Benning, GA. - Contractor shall demonstrate a working knowledge of Army tactics, techniques and procedures (TTP) so that any depictions of soldiers and/or Army personnel are tactically and technically accurate. - Contractor shall demonstrate a working knowledge of ongoing Army S&T efforts in the areas of Soldier network, power, lethality and head gear. This includes being familiar with individual component technologies as well as the over Soldier System concept. 3) The contractor shall demonstrate knowledge of Army presentation graphical needs. - Contract shall have the ability to incorporate multiple ideas/concepts from various technical sources into overarching graphic representations. - These synthesized graphics/renderings shall convey an overall system view based on component inputs from individual Subject Matter Experts (SME). 4) The contractor shall have personnel available with demonstrated graphic experience and knowledge of Army subjects. - Contractor shall have personnel available with significant experience providing graphical depictions of Army subjects. - Contractor shall have personnel with experience in creating graphic depictions for specific target audiences. These audiences should include but are not limited to Association of the United States Army (AUSA), PM C4ISR OTM Presentation Days and other high visibility venues. 5) The contractor shall posses/have access to software, hardware and infrastructure to support graphical content development and delivery. - Contractor shall be capable of producing professional quality graphics/drawings/renderings. - Contract shall posses the ability to develop both two dimensional (2D) and three dimensional (3D) graphic depictions. - Contractor shall have the ability to deliver electronic copies of graphics/drawings/renderings that con not be transferred via e-mail due size or format restrictions. 3. Period of Performance: The estimated period of performance is approximately twelve (12) months for the period and one additional twelve (12) month period if/when the option is exercised. 4. Deliverables: The contractor shall deliver requested graphics/drawings/renderings as requested by the contract COR on an (As requested) basis, provided adequate funding exists on the subject contract. The COR shall provide the contractor all associated documentation such as reference materials and specific soldier system requirements for requested deliverables. Of note these deliverables will not be required in standard format. The format will depend on the individual request. 5. Contract Management/Monthly Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective work products performed in accordance with the requirements contained in the statement of work. A monthly status report Monthly progress/status reports will be submitted on the first Monday of each month detailing work accomplished (vignettes and use cases completed or in-progress) as well as an update on the contracts financial status that includes amount remaining on contract, amount billed and amount disbursed. 6. Security: A security clearance is not required for this work. 7. Contractor Manpower Reporting The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: (a)Contracting Officer, Contracting Officer, Contracting Officers Technical Representative (b)Contract number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, email address, identify of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. Proposals may be submitted via email to jonathan.lehmann@us.army.mil or sent by overnight or regular mail to Jonathan Lehmann c/o U.S. Army RDECOM Contracting Center, Natick Contracting Division ATTN: CCRD-NA-SY, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Jonathan Lehmann via email at jonathan.lehmann@us.army.mil. The closing time and date for quotes will not be later than 12:00 pm EDT Mar 06, 2010. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 Instructions To Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items with Addenda below; Addendum to 52.212-2 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: Technical capability of the item offered to meet the Government requirement (Salient Characteristics); past performance and price. The proposal shall include a one year base period of performance with one additional option year. Technical is of greater importance when compared to past performance and price combined, past performance is of greater importance when compared to price. 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. (End of addendum), A completed copy of 52.212-3 Offeror Representation and Certifications - COMMERCIAL ITEMS and 252.212-7000 Offeror Representations and certifications Commercial Items and 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions must be submitted with the offer. The following Federal Acquisition Regulation (FAR) clauses also apply: 52.212-4 Contract Terms and Conditions Commercial Items..52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes Of Executive Orders - Commercial Items(Deviation), which include (i) 52.203-13 Contractor Code of Business Ethics and Conduct; (ii) 52.219-8 Utilization of Small Business Concerns; (iv) 52.222-26 Equal Opportunity; (v) 52.222-35 Equal Opportunity for Disabled Veterans; (vi) 52.222-36 Affirmative Action; (vii) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; and (viii) 52.222-41 Service Contract Act of 1965. Other FAR clauses that apply to this solicitation are: 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-5 Evaluation Of Options, 52.217-7 Option For Increased Quantity--Separately Priced Line Item - The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One Day; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-6 Drug-Free Workplace; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; 52.225-13(Deviation) Restriction on Certain Foreign Purchases(Deviation) - (b) Except as authorized by OFAC, most transactions involving Cuba, Iran, Libya, and Sudan are prohibited, as are most imports from North Korea, into the United States or its outlying areas; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.252-1 Solicitation Provisions Incoporated By Reference - the full text of a solicitation provision may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-2 Clauses Incorporated by Reference - the full text of a clause may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-6 Authorized Deviations in Clauses - The use in this solicitation or contract of any Defense Federal Acquisition Register (DFAR) (48 CFR Chapter 2 ) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items(DEVIATION) which includes 252.225-7014 Preference for Domestic Specialty Metals, Alternate I, 252.237-7019 Training for Contractor Personnel Interacting with Detainees, 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. Other DFARS clauses that apply to this solicitation are: 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.227-7013 Rights in Technical DataNoncomercial Items; 252.227-7016 Rights in Bid or Proposal Information; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests. All provisions and clauses applicable to this solicitation may be accessed electronically at the following: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. To be eligible for award, all offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6504b2a5499e8288fb899f3544abf01c)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02068541-W 20100220/100218235143-6504b2a5499e8288fb899f3544abf01c (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.