SOLICITATION NOTICE
T -- USAF WEAPONS SCHOOL WEAPONS REVIEW JOURNAL
- Notice Date
- 10/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- Reference-Number-FA4861-06-LGCC002
- Response Due
- 10/27/2005
- Archive Date
- 11/10/2005
- Description
- This is a continuation of Market Research originally performed under Request for Information FA4861-05-LGCC001 (posted on 1 December 2004). This third Request for Information is market research regarding realistic envisioned costs and similar contracting efforts and their costs in support of a potential OMB Circular A-76 study to convert approximately 4 Full Time Equivalent (FTE) positions. The United States Air Force, Nellis AFB NV, seeks firms interested in providing quarterly magazine publishing services for the USAF Weapons School. The service provider would be responsible for planning, developing, producing, and distributing dynamic and timely classified and unclassified information to the combat forces through the quarterly recurring periodical of the USAF Weapons Review (WR) Magazine. Below are an ?Envisioned Task Summary? document and an envisioned cost breakdown of pricing: ENVISIONED TASK SUMMARY OVERVIEW PURPOSE. The United States Air Force Weapons School (WS), 57th Wing, Nellis Air Force Base (AFB), Nevada, requires publishing services for the quarterly USAF Weapons Review (WR) journal (Air Force Recurring Publication 11-1). MISSION STATEMENT. Plan, develop, produce, and distribute dynamic and timely classified and unclassified information to the Combat Air Forces (CAF) through the quarterly periodical of the USAF Weapons Review journal. GENERAL. The service provider will be required to receive articles from various Government sources and professionally edit, format, publish, and distribute quarterly the WR. The Service provider will publish and distribute two (2) classified and two (2) unclassified editions per year to present these articles efficiently, aesthetically, and expeditiously to authorized members of the Department of Defense (DoD). Coordination with Government from individual WS squadrons to 57th Wing level will be required. Work shall be performed at Nellis AFB NV. SCOPE OF WORK. Except for the property and services specifically stated as Government-furnished , the service provider will furnish all personnel, equipment, tools, materials, supervision, and all other items and services required to produce, publish, and distribute approximately 8,800 copies of the WR, which will be published four (4) times per year. Service provider interface for publication of the WR will be Nellis Air Force Base, Nevada, and other places as required. The contract may be modified in the future to include increased page length based on WS growth or classification level change requirements. PERSONNEL. The service provider shall make available personnel who are fully trained and competent in editorial and journal design assistance. They will provide advance design and planning expertise to include assistance with editorial content assembly, layout sheets, artwork, and graphic design for publication and distribution of the WR. The service provider shall identify which employee shall serve as a Contract Manager (CM), who is the single point of contact for the Government and shall be responsible for the performance of the work, overseeing all phases of designing, printing, and distributing of the WR. The CM or alternate shall be available within 90 minutes for short notice discussions with Government officials during normal duty hours to promptly coordinate for production of the WR. After normal duty hours, the CM or alternate must be available within 3 hours. SPECIFIC TASKS GENERAL The service provider shall produce and deliver two (2) times per year approximately 3,600 copies of the unclassified WR. The service provider shall produce and deliver two (2) times per year approximately 800 copies of the classified WR. The WR shall be approximately 11 inches long by 8? inches wide. Production shall be on a quarterly basis, with unclassified issues in the Winter and Summer quarters and classified issues in the Spring and Fall quarters. The WR shall consist of a minimum of 54 pages of editorial content, as determined by the WS. Expected growth will require capability to publish up to 88 pages of editorial content.. The service provider shall have no advertising rights or authorizations in the WR. The outside front and back covers and fold out insert shall be full color. All other pages shall be printed black and white. The cover shall be printed on 80 lb, coated cover, Corniche brand, and white gloss cover paper. The fold out insert and all other pages shall be printed on 80 lb, coated book, Corniche brand, and white dull book paper. The minimum acceptable quality and finish of the printed paper will be at the discretion of the Government. The service provider shall provide original art for use on the cover, at the beginning of each article (known as ?lead-in art?), and in the center two pages of the journal (known as ?Combat Gallery?). Artwork for each issue includes one cover piece, one ?combat gallery? piece, and seven to ten (at Government discretion dependant upon article length) lead-in pieces. Cover art shall be an original color painting with media being choice of Service provider. Lead-in and Combat Gallery art shall be a pencil sketch. Subject shall be a current or previous USAF line fighter, bomber, attack, electronic support, intelligence, surveillance, reconnaissance, combat rescue, or special operations aircraft, spacecraft, and/or personnel in an operationally representative setting. Depiction of the system will be realistic and accurate. Lead-in art must represent the subject of the articles they accompany. The Government will approve all proposed subjects for cover and ?combat gallery? pieces. Cover and ?combat gallery? aircraft/spacecraft will be depicted with historical accuracy, and include a brief (150 words or less) summary of the aircraft/spacecraft, its historical significance, and its markings. Credit will be given in the publication to the artist(s) who created the work. The Government relinquishes rights to the artwork, and artwork published in the Weapons Review may be sold, used in other publications, or used in other commercial pursuits without compensation to the Government after publication of the issue in which it appears. Artists need not be full time employees, nor be present at Nellis AFB, as long as service provider qualification requirements are met. The number of issue copies complete with artwork, including reprints of issues, and their distribution remain completely at the discretion of the Government. The service provider shall be capable of producing original and modifying existing digitally rendered technical drawings that enhance editorial copy content. The service provider shall produce a full-color insert, which shall be 11 inches wide by 17 inches long. The insert shall have a listing of articles for the particular issue along with a reproduction of the cover art. The service provider shall be capable of producing one 8 inch by 10 inch pencil portrait (from a photograph) on number 100 illustration board of the USAF Weapons School Risner recipient annually. This portrait will be the same format and quality as those in the historical collection of previous award recipients currently on display in the gallery located in the WS conference room. CONTENT. Editorial material will include information pertinent to the CAF. The editor(s), in conjunction with Government representatives, will be responsible for proofreading all editorial material and checking security and accuracy of the content. The WR shall include only material that reflects the standards of decency characterizing the US Air Force, as determined by the Government. The material will be factual, objective, accurate, balanced, impartial, and as timely as practicable. The masthead of the WR will remain a boilerplate as determined by the Government, with associated acknowledgements and notices for publication. The service provider shall make every effort to ensure that copyright and libel laws are not violated and that the spirit of DoD 5500.7-R, Joint Ethics Regulation, are maintained. The Service provider is responsible for ensuring that written permission to publish all copyrighted, syndicated, or wire material shall be on file at the WS and Service provider?s office before publication. The Government will specify layout and design of the editorial content of the journal. Column width for 8, 9, 10, and 11 point body type shall be no less than 12 picas and not greater than 24 picas. Columns or blocks less than 12 pica width will appear as white space. The Government will provide a Style Guide. The Style Guide will be used to coordinate desired editing and format for WR. The service provider must coordinate its proposed style with the Government to ensure all applicable areas are included and the style is acceptable. The Government will use the Style Guide as the baseline to provide the service provider with a known acceptable format and to provide continuity between personnel. The service provider will proofread and ensure all editorial content complies with WS approved style guides. Any changes must be pre-coordinated and approved by Government. The service provider shall be responsible for maintaining a revision log to include requesting official, date, and summary of changes to the Style Guide. The service provider will ensure all editorial copy is properly marked according to all DoD, Director of Central Intelligence (DCI), and USAF security classification guides. The service provider will ensure all classified materials used in the production of the WR are properly stored, processed, transmitted, and distributed in accordance with all appropriate DoD, DCI, and USAF security classification guides. Selection of articles for publication begins with an editorial staff review. The WR OIC will provide articles totaling up to 150% of the published page limit to the Service provider for conversion to publication format. The service provider will deliver properly formatted editorial content to WR OIC for content review by WS editorial staff within seven (7) calendar days of receipt. WS editorial staff will select the articles for publication to not exceed the magazine page limit, mark corrections, make final decisions on content, and return copy to the service provider within seven (7) calendar days of receipt. The service provider agrees to furnish the WS editorial staff with initial layout of all editorial copy, including illustrations, artwork, tables, and photographs not later than 30 calendar days after receipt of these documents, as described in paragraph 1.5.2.8. The WR OIC will mark corrections on the initial layout and return them to the Service provider within seven (7) calendar days of receipt. The service provider shall create complete final layout stage for the WR OIC, WS Commandant, and 57th Wing Commander?s approval, or provide page proofs of completed flats within 14 days of receipt of corrections of initial layout. Once approved by 57th Wing Commander, the Service provider shall provide WR in electronic format to the Document Automation and Production Service (DAPS) in compatible format or its designated subservice provider for printing within three (3) days. PRINTING. Printing shall be completed by DAPS or its designated subservice provider and is funded by the Government. The service provider shall coordinate the WR printing process. This includes completing all required administrative action to include filing DD Form 282, Printing Requisition/Order, DoD, with the Air Force Directorate of Departmental Publishing (AFDPO) and DAPS, coordinating delivery of artwork and softcopy of the WR to DAPS or its subservice provider, coordinating delivery of proof copies for review, monitoring printing progress, and coordinating final delivery of printed journals from the printers. DISTRIBUTION. The Government shall provide the service provider initial distribution lists of WR recipients for both unclassified and classified issues. The service provider shall maintain and update these distribution lists based on written requests from DoD units and a biannual review of recipients. Any mailing lists provided by the WS are to be used only for the purpose of distributing the WR. Any unauthorized use of mailing lists by the service provider shall be grounds for immediate termination of the contract and potential legal action. Once printed and delivered by DAPS or its designated subservice provider, a total of approximately 3,600 copies of the completed unclassified WR shall be distributed by the service provider. This distribution includes packing journals, addressing labels, and filing all USPS Forms required for Second Class Mail. In the event that the mailing list numbers less than 3,600 addresses for the unclassified WR, the balance of copies shall be delivered to the WS. Once printed by DAPS, a total of approximately 800 copies of the completed classified WR shall be distributed by the service provider to recipients. This distribution includes traveling to DAPS at March ARB, CA, packing journals in accordance with all appropriate DoD, Director of Central Intelligence (DCI) and USAF security classification guides, addressing labels and filing all USPS Forms required for Registered Mail. In the event that the mailing list numbers less than 800 addresses for the classified WR, the balance of copies will be mailed to the WS. The service provider shall file U.S. Postal Service (USPS) Form 3526, Statement of Ownership, Management, and Circulation with USPS in September of each year. The service provider shall be prepared to coordinate with WS Librarian for posting of partial or complete WR editions on unclassified Local Area Network (LAN) or Secure Protocol Routing Network (SIPRNET). MISCELLANEOUS RESPONSIBILITIES. The service provider will develop and maintain a continuity folder. As a minimum, this will include: an overview and record of updates and reviews, letters of appointment, functional statements covering primary and additional duties, applicable instructions and self-inspection checklist(s), references to applicable Air Force Instructions and related directives, current and pertinent historical correspondence and messages, and lessons learned during job performance with recommended fix. The service provider will maintain WR archives for historical purposes. The service provider will maintain at a minimum one copy of each original edition to remain on file at all times at the WS. The service provider shall provide a readable copy to authorized personnel, with Government approval, upon request. Facility Clearance. The service provider or CM will possess a facility clearance at the classification level of TOP SECRET. Service provider employees must have a classification level of SECRET as a minimum. Government Rights To Deliverables. The Government will have unlimited rights to any and all items delivered under this contract. The Government rights to deliverables apply as soon as the Government explicitly or constructively accepts the delivered item. The Government relinquishes rights to the artwork, and artwork published in the Weapons Review may be sold, used in other publications, or used in other commercial pursuits without compensation to the Government after publication of the WR issue in which it appears. Hours Of Operation. Normal duty hours are 0730 to 1700 hours Monday through Friday exclusive of Federal legal holidays. Circumstances may require temporarily adjusting or expanding the normal hours of operation. However, total operations will not exceed 12 hours per day. Air Force goal days, family days, safety days, or any other ?military day off? program shall not apply to the service provider. The Government may require travel in support of this effort. All Government directed travel must be approved prior to any expenditure of funds. All travel costs will be reimbursed in accordance with the Joint Federal Travel Regulation. Service provider personnel shall attend scheduled 57th Wing and WS commander calls, meetings, and briefings as coordinated with Government for mission accomplishment, as required. GOVERNMENT FURNISHED / SERVICE PROVIDER FURNISHED ITEMS AND SERVICES GENERAL INFORMATION. This section details the Government furnished property, which the Government will provide to the service provider at Nellis AFB, NV, and the Service provider furnished equipment, which the service provider must provide to accomplish the contract requirements. The service provider will provide any other facilities, equipment, or services that the service provider determines necessary to accomplish this contract effort. GOVERNMENT FURNISHED FACILITIES, GOVERNMENT MAINTAINED. The Government will provide facilities for the performance of this contract. The service provider will return the facilities to the Government in the same condition as received, except for changes in condition resulting from fair wear and tear or approved modifications. These facilities will be used in only the performance of this contract. Office Furniture. The Government provides service provider the office furniture identified in Table 1. An inventory of the furniture will be initiated by the service provider and verified by the Government at contract award, within 30 days of purchase of new furniture, and at contract completion. Equipment. The Government will provide the use of equipment at the place of performance to allow the service provider to meet the requirements of the contract. The Government will retain custody and will be responsible for the maintenance of this equipment. The service provider will be responsible for the proper use of this equipment while in use by the service provider. Equipment will be detailed at that time. GOVERNMENT FURNISHED SERVICES. Custodial, Security Police, Fire Protection, and Local Area Network Services. As provided by the Government but will not exceed those services normally provided at that Government facility. The service provider is ultimately responsible for interior cleanliness. The Government will provide non-secure local telephone service within the assigned facility or facilities, and access to secure voice and message communication facilities. The government will also provide LAN access. The service provider, with a valid National Agency Check verified through the Automated Security Clearance Approval Systems (ASCAS) roster or validation from the service provider?s security manager, will be provided access to the hosting base?s unclassified computer network and its inherent capabilities including, but not limited to: Internet access, electronic mail, file, and print services. The Service provider may be provided access to the classified LAN and SIPRNET. The service provider must ensure that all DoD, USAF, ACC, and local computer security procedures are followed. Except for the property and services specifically stated as Government furnished, the service provider shall furnish property and services necessary to perform all of the requirements in this contract. This includes all office equipment, computer, and support equipment determined by the service provider to be necessary for the performance of this contract. The service provider shall identify and furnish all equipment to be purchased in performance of this requirement. Any of these items requiring repair/replacement or upgrade during the life of the contract shall be fully owned and maintained by the service provider. Interested parties having the resources and capabilities necessary to perform the stated requirements are invited to provide a company capability statement that clearly demonstrates their ability to fulfill such requirements. The Government requests that interested parties submit commercial market and company information via e-mail to 1Lt Cassandra Proctor, Contracts Manager, 99 CONS/LGCC, (702) 652-3369/email: cassandra.proctor@nellis.af.mil or to Captain David Huber, Contracting Officer, 99 CONS/LGCC, (702) 652-3366, david.huber@nellis.af.mil. Please attempt to limit responses to 10 pages in length and, at a minimum, address the following: 1. Company Name, business size (e.g., 8(a), Service Disabled Veteran Owned, Woman Owned, etc.), business address, and point of contact information (name, phone, e-mail, etc.) 2. Description of corporate capability, to include magazines published and other publishing capabilities (please include publication frequency, number of pages, number of subscribers, etc.), with contract numbers and points of contact. If possible, please provide general overview of scope/complexity of similar contracts held, and the annual and total contract value for them. 3. Description of security clearances held and/or ability to obtain security clearances for contract performance 4. If possible, provide an envisioned cost breakdown in the spaces below to perform these services. 5. Similar contracting actions with a customer POC for the referenced contracts. ENVISIONED COST BREAKDOWN: 1.) As a Firm-Fixed Price Contract with period running from 1 Dec 05 through 30 Sep 06 (10 months) for Weapons Review Service broken down into monthly pricing: $ per month ________ Total $__________ 2.) Any travel associated with performance in excess of a 75-mile radius from Nellis AFB, NV of the anticipated contract with a period running from 1 Dec 05 through 30 Sep 06 (10 months): $ per month ________ Total $__________ 1a.) As a Firm-Fixed Price Contract with period running from 1 Oct 06 through 30 Sep 07 (12 months) for Weapons Review Service: $ per month ________ Total $__________ 2a.) Any travel associated with performance in excess of a 75-mile radius from Nellis AFB, NV of the anticipated contract with a period running from 1 Oct 06 through 30 Sep 07(12 months): $ per month ________ Total $__________ 1b.) As a Firm-Fixed Price Contract with period running from 1 Oct 07 through 30 Sep 08 (12 months) for Weapons Review Service: $ per month ________ Total $__________ 2b.) Any travel associated with performance in excess of a 75-mile radius from Nellis AFB, NV of the anticipated contract with a period running from 1 Oct 07 through 30 Sep 08 (12 months): $ per month _____ Total $__________ 1c.) As a Firm-Fixed Price Contract with period running from 1 Oct 08 through 30 Sep 09 (12 months) for Weapons Review Service: $ per month ________ Total $__________ 2c.) Any travel associated with performance in excess of a 75-mile radius from Nellis AFB, NV of the anticipated contract with a period running from 1 Oct 08 through 30 Sep 09 (12 months): $ per month _____ Total $__________ Grand Total for Realistic Envisioned Cost: $ ________________ Parties that provided a response to the first RFI are encouraged to provide a response to this RFI, since it provides additional details of envisioned tasks and realistic pricing for this publishing effort. In your response, please also provide similar contracting effort(s) and/or contact information for the contracts listed. Responses should be submitted no later than 4:00 p.m. Pacific Time on Thursday, October 27, 2005. This is a request for information only, and no solicitation is issued at this time. Submission of any information in response to this request for information is completely voluntary, and shall not constitute a fee to the Government.
- Place of Performance
- Address: DEPARTMENT OF THE AIR FORCE, AIR COMBAT COMMAND, 99 CONS, 5865 SWAAB BLVD, NELLIS AFB
- Zip Code: 89191-7063
- Country: USA
- Zip Code: 89191-7063
- Record
- SN00918504-W 20051022/051020211919 (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 |