SOLICITATION NOTICE
R -- Services to provide a Strategic Communication Plan
- Notice Date
- 2/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W31BNA50340001
- Response Due
- 2/14/2005
- Archive Date
- 4/15/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army RDECOM Acquisition Center, Natick Contracting Division on behalf of the U.S. Army Safety Center (USASC) has a requirement for the development and implementation of a Strategic Communication Plan. This is a combined synopsis/solicitatio n for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.5, 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 Request For Proposal (RFP) number is W31BNA50340001. This document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. The Standard Industrial Co de (SIC) for this procurement is 7812. This procurement is a 100 percent small business set aside. Work is to be accomplished for the U.S Army Safety Center, Ft. Rucker, and AL. Organization: U.S. Army Safety Center, Bldg. 4905, 5th Avenue, Ft. Rucker, A L 36362. 1.1 Background/Objective (see attached Statement of Objectives). The U.S. Army Safety Center (USASC) is a Field Operating Agency of the Chief of Staff, Army, with the unique mission of saving lives and preventing accidents. The USASC Commande r is also the Director of Army Safety (DASAF). The DASAF administers and directs the total Army Safety Program and has responsibility for the safety information process, which spans all levels of the Army Safety Program. The original tasker was to devel op a comprehensive, strategic Army Safety Campaign Plan to reduce the number of non-battle deaths and injuries in the force and communicate that across the Army. 1.2 Scope The goal of this task is to establish a two-phase project to communicate senior Arm y leaderships intent to reduce preventable accidents. Phase I will involve strategy, market research and methodology in the development of the Strategic Communications Plan and implementation plan. This will include assessing effectiveness of the impleme ntation to both internal and external audiences. The methodology will include focus groups from various Army populations and branches, and interview scripts and surveys. These will be recorded and/or video taped. Literature research will also be require d for relevant information impacting the Army Safety Program. Phase II will involve developing a campaign plan that will include long range planning, an internal and external marketing campaign, and the identification of end user groups to target for vario us safety message content. A Firm Fixed Price Contract is intended to be used in the procurement of a Strategic Communications Plan. The duration of the contract will be for one year from the effective date of award, with two one-year options. The provisi on at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destination, FT Rucker, AL 36362, and Inspectio n and Acceptance shall be at Destination by the Government. TECHNICAL PROPOSAL: Offerors shall submit commercial product literature, which clearly articulates and describes the proposal offered and the capabilities thereof. A completed copy of the provis ion at FAR 52.212-3 (Representations and Certifications) and Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000 (Representations and Certifications) shall be provided by the offeror. PAST PERFORMANCE PROPOSAL: Offerors shall submit Pas t Performance information in accordance with FAR clause 52.212-1(b)(10) which describes the Offeror's recent, relevant experience in providing similar items to either commercial or Government customers with points of contact and phone numbers. PRICE PROPO SAL: Offerors shall provide labor rates and the Unit Price for all CLINs (0001: Base Year; 0002: First Option Year; 0003: Second Option Year). The prov ision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. Technical Approach and Past Performance when combined are significantly more important than price. This is a best value acquisition; therefore Offerors are cautioned that award may not necessarily be made to the lowest-priced Offeror. 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. The following FAR clauses and provisions apply to this acquisition: 52.252-1 (Fill-in as follows: http://farsite.hill.af.mil); 52-252-2 (Fill-in as follows http://farsite.hill.af.mil); 52.212-4; 52.212-5 (the following clauses thereunder are applicable: 52.203-6 ALT I; 52.219-8; 52 .219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-13 ALT I, and 52.232-33); 52.217-9 (Fill-in as follows: (a) &30 days prior to the expiration of the current contract period; &60 days&; (c)&36 months); 52.219-6 and 52.237-2; and DFARS clauses and provisions 252.204-7004, 252.212-7001 (the following clauses thereunder are applicable: 252.225-7001 (the following clauses thereunder are applicable: 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002; 252.247-7023; an d 252.247-7024). All clauses applicable to this solicitation may be accessed electronically at the following addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. This synopsis/solicitation may also be viewed on the U.S. Army RDECOM Acquisition Center Natick Contracting Division webpage at https://www3.natick.army.mil. Offerors shall go to the Natick Contracting Division webpage to see Statement of Objectives. Questions concerning this combined synopsis/solicita tion shall be directed to Ms. Kathy Wilder, Contract Specialist, at Kathy.Wilder@natick.army.mil. PROPOSAL SUBMISSION: Offerors shall submit two (2) copies plus one original (identified as such) for the Technical and Past Performance Areas and one (1) co py plus an original of the Price Area. All proposals must be received (Facsimile proposals will not be accepted) via mail OR e-mail (preferred) no later than February 14, 2005 at 10:00a.m (EST). The mailing address is: U.S. Army RDECOM Acquisition Center , Natick Contracting Division, Attn: AMSRD-ACC-NS (Ms. Kathy Wilder), Bldg. 1, Kansas St, Natick, MA 01760-5011.
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00745229-W 20050205/050203212128 (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 |