Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

T -- Fort Riley Map, Guide, Website, DVD, and Phone Application (APP)

Notice Date
1/18/2012
 
Notice Type
Sources Sought
 
NAICS
511130 — Book Publishers
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX12X0002
 
Response Due
2/1/2012
 
Archive Date
4/1/2012
 
Point of Contact
Lesa Crockett, 785-239-5847
 
E-Mail Address
MICC - Fort Riley
(lesa.m.crockett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT: A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY RESPONDING TO THIS NOTICE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. Fort Riley is seeking information regarding their Map & Guide requirement under North American Industry Classification System (NAICS) 511130 which contains a size standard of 500 employees. The requirement is a No Cost Contract for a welcome Guide and installation Map of Fort Riley. Fort Riley would like to incorporate a DVD with Guide & Map video on it and an Phone APP (Application) of the Guide. The contractor will be required to perform page layout, printing, binding, and seek advertising for the Map & Guide. DESCRIPTION OF SERVICES. Contractor shall furnish plant, transportation, equipment, and materials in strict compliance with all the contracting terms, conditions and specifications contained herein for an annual printing of the Fort Riley Guide and Map. The contractor shall print the Fort Riley Unofficial Guide/Directory, under the direction of the Fort Riley Public Affairs Office (PAO). GUIDE. Not less than 60 pages of the Guide will be devoted to editorial copy and photographs of the Installation. Full color process reproduction photograph capability will be available on the front cover, outside back cover, the inside front cover and on all editorial pages. Margins. Margins will be either justified or ragged depending on PAO design of the Guide and Directory. Type Fonts. Contractor shall provide a complete list of headline samples, typeface options, and measurement tools to the PAO for use in design planning and review. Decorative Screens. Contractor shall provide complete screen and special effects booklets numbered for ease of selection and identification for the PAO. Binding. Guide shall be perfect bound, trimmed flush on three sides. Paper. Contractor will use no less than 70 pound paper stock or better. The PAO may select coated, uncoated, matte or colored paper stock. Samples will be provided for the PAO's approval. The cover will be printed on 8-point coated shield crest or equivalent and varnished to preserve the quality of color reproduction. Photograph. The Government provides all photos in either (a) 35 mm format or (b) high resolution (300 dpi or higher). Fold-out map section. The Contractor shall place a detailed fold-out map provided by the government or Contractor's cartographer in the Guide on color stock with an area tourism map. MAP. Fort Riley maps come in three (3) formats, 1-Inside the Guide and Directory with ads on the backside of the map. 2-On pads of 100 count, flat maps that user can tear off. These have no ads. 3-Accordion style maps with advertising. Map information developed and drawn by Fort Riley Public Works Cartographers and the Contractor agrees to provide space for major highways and entrances to Fort Riley. Four-color processed reproduction shall be available for photographs or artwork on the front cover. The PAO may use color screens, tints, 2-color, and special effect color inside the map. The Contractor shall offer complete graphic art assistance and a key-shot professional videographer throughout the production stages at no additional cost. The Government provides all photos in either (a) 35 mm format or (b) high resolution (300 dpi or higher). Color inks may be used in conjunction with color paper stocks as determined by the PAO from a selection provided by the Contractor. WEBSITE. The contractor will develop and update/maintain this webpage. The contractor will provide an interactive (flash-driven) non-pdf version of the guidebook, updated as needed. DVD. The contractor will provide a DVD with video; the proposed DVD is intended to compliment the guide and directory, but will not merely repeat the guide and directory content. It is envisioned to be a broad promotional and informational presentation for new arrivals, covering major services and on-post features of interest to new Soldiers and their families. Subject areas will be determined by Fort Riley authorities. A description of how the contractor will accomplish this task, advertising etc. Phone APP (Application). The contractor will provide Fort Riley with a multimedia phone APP that contains the guide, map information and services provided on Fort Riley. The APP is intended to give the user the capability of quick reference. A description of how the contractor will accomplish the task creating the APP, advertising to cover the cost of the APP. General Advertising. All advertising shall be solicited, sold and collected for by the Contractor. It is the responsibility of the Contractor to ensure that all prospective advertisers are aware that the Guide and Map are unofficial publications. Cost and Profits. The Contractor shall retain all proceeds from the sale of advertisements for the Guide and Map. The Contractor's exclusive compensation for the Guide and the Map shall be from the sale advertising in conjunction with the publications. The Contractor agrees to bear all cost and expenses of publishing the Guide and Map. The Contractor shall remain responsible for any and all taxes arising out of the printing of the Guide and the Map. The Fort Riley is requesting that interested concerns feeling they can fully support this requirement, furnish the following information: (1). Company name, address, point of contact, telephone number, and e-mail address. Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR), and Commercial and Government Entity (CAGE) code. (2). Type of business, i.e., small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. (3). Under which NAICS does your company usually perform all the services identified in the attached SOW. Please include the rational for your answer. (4). Provide no more than three (3) references of the most recent and relevant contracts directly relating to this requirement, performed within the last three (3) years. Include name, address, telephone number, and e-mail address of the references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Qualified participants are invited to submit their capability in writing. Only responses received within the open days/time of this announcement will be reviewed. Interested parties may provide evidence of their capability to accommodate this requirement and must respond by February 1, 2012, 4:30 P.M. Central Standard/Daylight Savings Time to Ms. Lesa Crockett, Contract Specialist via e-mail to lesa.m.crockett.civ@mail.mil, or by fax to 785.239.5740 or by parcel post to Installation Contracting Office Riley, Attn: Lesa Crockett, 1792 12th Street, Fort Riley, KS 66442. Email is the preferred method. Oral communications is not acceptable in response to this notice. Potential offerors must be registered in CCR and ORCA to be eligible for contract award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at (https://www.bpn.gov)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03157195ac09747e7f0751e4c24fe95c)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02656627-W 20120120/120118234916-03157195ac09747e7f0751e4c24fe95c (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.