Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2003 FBO #0541
SOLICITATION NOTICE

R -- Commercial Services - Communications Consultant

Notice Date
5/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers - Alaska - Civil, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACW85-03-R-0007
 
Response Due
6/5/2003
 
Archive Date
8/4/2003
 
Point of Contact
Carolyn Haynes, 907/753-2545
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Civil
(carolyn.i.haynes@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Point of contact is Karen Mendenhall, karen.s.mendenhall@usace.army.mil or 907-753-2756. Subject acquisition is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subp art 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. Solicitation number for this acquisition is DA CW85-03-R-0007, and is being issued as a Request for Proposal (RFP). Subject acquisition is set-aside for small businesses. The North American Industry Classification System (NAICS) Code is 541820, and the small business size standard is $6 million. All responsible sources may submit a proposal which, if timely received, may be considered by the Government. Subject solicitation is to be issued May 21, 2003 and closes 5 June 2003, 4:00 PM. All proposals should be completed and submitted to this office b y this date. The proposal shall include the following information to be considered: Pricing for 1 each Communications Plan and pricing for the base year and two option years for services described as follows: CLIN 0001: Develop a Strategic Communicatio ns Plan, 1 each; Assist management in determining what is required by establishing communication goals and developing strategies to support the goals. Identify audiences that can influence Corps success by either supporting or challenging our actions. Dev elop key messages that compliment the overall values of the Corps and educate targeted audiences on the projects and processes of the Corps. Audit current communications by analyzing its strengths and weaknesses and reviewing the material the Corps has dis seminated to the public. Review past customer feedback reports and recommend a strategy for addressing customer issues. Develop specific activities and a timeline for implementation of the communications plan. The Contractor shall produce 10 draft copie s and 10 final copies of the Strategic Communications Plan. CLIN 0002: Communications Consulting (Base Year), 120 hours; CLIN 0003: Communications Consulting (Option Year 1), 300 hours; CLIN 0004: Communications Consulting (Option Year 2), 300 hours. Serve as a Communication Consultant to assist in identifying issues and/or problem areas that the Corps is currently facing with strategic customers, the public and other agencies. Assist the Corps in mitigating potential issues by communicating with affected audiences. Identify key relationships that the Corps s hould cultivate and/or enhance. Keep abreast of political and/or regulatory issues that may impact the Corps. Advise on regular communication with local communities and Tribal entities that may be impacted by Corps projects. Identify targeted opportunit ies for the Corps to educate its audiences. Assist with strategies, messages and media relations as required. The Contractor shall produce 5 draft copies and 10 final copies of the end product or report for each task. The contractor shall provide a sum mary and analysis of the activities from current year, and make recommendations for further definition of the scope of consulting services for the upcoming year. Requirement will be for a base year and two option years, for a total of three years, with the CLIN 0002 - Base year beginning at contract award, on or about 1 June 2003, CLIN 0003 - Option year 1, beginning on or about 1 June 2004, CLIN 0004 - Option year 2, beginning on or about 1 June 2005. The offerors shall submit a proposal for the communication plan and the total 3 years of communications consulting service, failure to do so may result in rejection of your proposal. The Contractor, as an independent contractor and not as an agent of the Government, shall furnish all labor, management, facilities, supplies, equipment and material other than those to be furnished by the Government (hereina fter provided), and do all things necessary for performance of the work as set forth below. The contractor shall furnish the required personnel, equipment, instruments, and transportation, as necessary to accomplish the required services and furnish the G overnment reports and other data together with supporting material developed during the period of service. During the prosecution of the work, the Contractor shall provide adequate professional supervision and quality control to assure accuracy, confident iality, quality, completeness and progress of the work. The Contractor shall provide information consistent with public law and national security. The Alaska District Corps of Engineers Statement of Functions, Attachment 1, is provided as additional back ground information on the organizational mission. LOCATION OF WORK: Various Locations, Alaska. The solicitation document and incorporated provisions and clauses are those in effect through 1 Jan 2003. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical and past performances. In order to facilitate the Government??????s technical evaluation process, offerors are required to submit written technical proposals that identifies the technical capabilities of their services being offered. To evaluate past performance the offerors shall provide names, contact points, and telephone number of three (3) commercial or g overnment customers that have used the services being offered. CONTRACT AWARD: a. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to th e Government, cost or other factors considered. b. The Government may reject any or all offers based on the following: (1) Reject any or all offers if such actions do not conform to the service that is being requested. (2) Accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. c. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each offer should contain the offeror??????s best terms from a cost or price and technical standpoint. All offerors are required to submit one original and one copy of the Technical Proposal; one original and one copy of the Cost/Price Proposal. REQUIRED QUALIFICATIONS: 1. The Strategic Communicator assigned to this project must demonstrate ten (10) years minimum of successful strategic customer relations experience in Alaska to include: Senior Leader communications planning and collection and analysis of customer feedba ck, tribal communications and environmental permitting actions on complex and controversial projects. 2. The Strategic Communicator must have ten (10) years of demonstrated experience in managing communications plans for federal and state level political issues to include congressional inquiries and regulatory permitting. 3. The Strategic Communicator must have ten (10) years of demonstrated experience in crisis planning and response that relates to contentions political issues as well as natural and environmental disaster planning. 4. The Strategic Communicator must have ten (10) years experience in working with large public and private sector organizations to develop a corps of internal communicators who will become trained in efficient and effective customer communications techniqu es so as to provide a broad based culture adjustment for the agency in dealing with customers, public meetings and regulatory issues. PROVISIONS AND CLAUSES: The following FAR provisions are applicable to this solicitation: (The full text of any FAR provisions can be found at http://www.arnet.gov/far/loadmainre.html). 52.212-1, Instructions to Offerors: Commercial; 52.212-2, Evaluation-Commercial Items, for the purposes of this clause the blanks are completed as follows: (a)(1) Past performance, (2)Technical/manning expertise, (3) Price, (4) Technical capability. Past performance, technical/manning expertise, and technical capability are of equal importance and when combined, these areas are more important than cost/price. No advantage will accrue to an offeror who proposes to perform work for an unrealistically low o r high price; 52.212-4, Contract Terms and Conditions: Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders: Commercial Items. Specifically, the following cited FAR clauses are applicable to this sol icitation; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers wit h Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as Amended, and the regulations of the Secretary of Labor. REPRESENTATIONS AND CERTIFICATIONS: Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representation and certification ?????? Commercial Items. BASIS OF AWARD: Award will be based on the best value to the government to include all evaluation factors. Proposals must be submitted in writing and must address all evaluation factors and include any samples, if applicable. Address all proposals to USACE, Alaska District, Contracting Division, Attn: Karen Mendenhall, PO Box 6898, Elmendorf AFB, AK 99506-6898 or delivered to 2204 Third Street, Room 30, Elmendorf AFB, AK by 5 June 2003, 4:00 P.M., local time. All proposals shall be clearly marked with the offerors name and RFP number. Vendor must be CCR Registered (https://www.ccr.dlis.dla.mil/ccr/scripts/index.html) when doing business with the Department of Defense. Attachment 1 Alaska District Corps of Engineers Functional Statement The Alaska District is the element of the United States Army Corps of Engineers (USACE) that is responsible for all assigned programs in the geographical region of the State of Alaska. The largest state in the union, Alaska encompasses approximately 375 m illion acres and is known throughout the world as being a vast area with majestic mountains, abundant wildlife, and challenging and sometimes harsh environmental conditions. The Alaska District receives direction from and reports to USACEs Pacific Ocean Division (POD) for the regional management of assigned programs. The District provides a full spectrum of quality engineering, environmental stewardship, construction, and sup port services using the USACE Project Delivery System to satisfy customer requirements and expectations. These services include the planning, design, construction, and/or inspection of military facilities for the Army, Air Force, and other Government agen cies as directed by higher authority. At the request of these customers, the District also accomplishes engineering studies, analyses, and estimates; master planning; mobilization master planning; and other types of assistance as required. The Alaska District is also responsible for acquiring, managing, and disposing of all real estate for the Army and US Air Force throughout Alaska. In addition, the District performs utilization and compliance inspections for the Army and administers the H ome Owners Assistance program, the Recruiting Facilities Program, and other special programs. The Alaska District also administers a number of laws in the civil works activity and undertakes all federally-supported civil works functions, including: 1)surveys, preparation of engineering reports, planning, construction, operation, and maintenance of rivers and harbors; 2)clearance of waterways for navigation; 3)flood control surveys and planning; 4) miscellaneous investigative functions for local interests; 5) acquisition, management, and disposal of any real estate involved in such civil works projects; and 6) review of local cooperation agreements and real estate interests for cost-share projects. The District provides support to offices responsible for emergency operations and disaster preparedness pursuant to Public Laws 84-99 and 93-288. It also administers the requirements of the wetlands and waterways regulatory program pursuant to 33 CFR, Reg ulatory Program for Corps of Engineers, parts 320-331. This is a very complex undertaking; of Alaska's 375 million acres, 170 million are wetlands. Alaska has over 36,000 miles of shoreline and countless miles of navigable waterways. The Alaska District endorses the USACE Vision Statement: 'The world's premier public engineering organization responding to our nation's needs in peace and in war. A full spectrum Engineer Force of high quality dedicated soldiers and civilians: a) trained and ready; b)a vital part of the Army; c)dedicated to pu blic service; and d)an Army values-based organization.' In keeping with this vision and its commitment to fully and properly execute its assigned mission responsibilities, the Alaska District has also established a quality management system (QMS) for all of the aforementioned business areas that is based on the requirements of ER 5-1-11, U.S. Army Corps of Engineers Business Process (HQUSACE, 2001) and the underlying themes of AR 5-1, Total Army Quality Management (DA, 2001). The purpose of the following document (CEPOA-QMP-001, Alaska District Quality Manageme nt Plan) is to present the overall structure and documented contents of the District's QMS.
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Civil CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00330899-W 20030524/030522213626 (fbodaily.com)
 
Source
FedBizOpps.gov 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.