Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOURCES SOUGHT

B -- The Long War Research and Pulications

Notice Date
3/6/2009
 
Notice Type
Sources Sought
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Leavenworth, ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF409RGWOT
 
Response Due
3/18/2009
 
Archive Date
5/17/2009
 
Point of Contact
Tammy Davis, (913) 684-1892<br />
 
Small Business Set-Aside
N/A
 
Description
This is not a Pre-solicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 711510, with a small business size standard not to exceed $7,000,000.00 gross annual receipts. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 711510? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman-owned or operated business? 6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? Please provide a capability statement addressing your organizations ability to perform as a prime contractor the work described in the draft PWS (below). Index your firms capabilities to the tasks in the draft PWS so that your firms capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than March 18, 2009 to: tammy.davis4@us.army.mil Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. DRAFT PERFORMANCE WORK STATEMENT GWOT Support 26 Feb 09 1. Scope. The contractor shall provide the support in conducting research and writing analytical articles and booklength manuscripts for projects in support of current doctrinal concerns to the Army. 2. Background. Operational requirements to support joint warfighters and decision-makers in relation to the Long War have increased for the Research and Publications Team (RPT). As a result, CSI requires Researcher/Historian contractor support to perform non-personal services set forth in PWS. 3. Mission. The mission of CSI is to support joint warfighters by providing original, relevant, historically-based research products and lessons which fulfill the Armys leader development, operational and doctrinal requirements. CSI also serves as the CAC Commanders historical think tank in support of his command responsibilities. 4. Tasks: 4.1 The contractor shall research and write historical analyses relevant to current military operations in the Long War (the Global War on Terrorism). The contractor shall create six Occasional Paper (OP) length 80 to 160 pages when printed) manuscripts. Each product shall include analyses of the topic in order to provide enduring insights for joint warfighters and decision makers. All products shall be consistent with the style, grammar, documentation, format, and use of Standard English common to professional historical journals and publications. 4.2. The contractor shall provide the following; 4.2.1. Conduct initial research in secondary or primary sources to determine the availability of information on the historical topic and the feasibility of creating a manuscript on the topic that is useful for publication. 4.2.2. Prepare a prospectus in accordance with the CSI RPT Standing Operating Procedures (SOP) and present the recommended prospectus, verbally or in writing, to the CSI Prospectus Board. The government will provide the contractor with a copy of the SOP. 4.2. 3. Write an initial draft of the manuscript. The manuscript shall be written in accordance with the approved prospectus, the CSI RPT SOP, and the specified style manuals. The initial draft shall include analyses of the topic that are relevant to issues related to current doctrinal concerns to the Army. 4.2.4. Document and footnote concepts and ideas as required, consistent with the documentation format common to professional historical journals and publications. 4.2.5. Upon completion of the review of the manuscript by the CSI Editorial Board, rewrite the manuscript in final draft by incorporating changes, etc., required by the board. 4.2.6. The contractor shall include supplemental illustrations, photographs and/or graphics. The contractor shall prepare copyright clearance requests for photographs, graphics, maps, illustrations, etc., and submit to the COR. Copyrighted material is usually pictures, graphs, and maps found in secondary sources. This material is used to illustrate most CSI publications. Government or other public domain material is used whenever possible. All requests for copyright permissions on Fort Leavenworth are forwarded to the Copyright Technician at the Combined Arms Research Library for processing. She adjudicates immediately, if able, or contacts the copyright holders to obtain permission and/or any associated costs. 5.1. The total number of research products required by the terms of this contract consists of six (6) Occasional Paper (OP) length (80 to 160 printed pages) manuscripts, and up to twelve (12) information papers, (4 to 20 printed pages). 5.2. Final drafts of each manuscript will be delivered in digital, corrected text via email or CD to the COR. Products shall be in digital, corrected text via email or CD to the COR. 5.3.. The written Prospectus is expected within two (2 )weeks of the topic selection. 5.4 The Manuscript Rough Draft is required four (4) months from when the prospectus is accepted by the board. 5.5. The Manuscipt Final Draft is expected within two (2) weeks of receiving the editors input and comments. The final draft will include all graphics and photographs. 6. Secret clearance is required to access to the Combined Arms Research Library or other facilities on post for research. 7. Period of Performance. The Period of Performance shall be for 12 months.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00f96177f434baf0fe8959ea2e552757&tab=core&_cview=1)
 
Place of Performance
Address: Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS<br />
Zip Code: 66027-1417<br />
 
Record
SN01763729-W 20090308/090306221228-00f96177f434baf0fe8959ea2e552757 (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.