Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2010 FBO #3046
SOLICITATION NOTICE

T -- COMMUNICATIONS AND PUBLIC RELATIONS PROJECT

Notice Date
3/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E100018
 
Response Due
4/2/2010
 
Archive Date
3/26/2011
 
Point of Contact
Marita Roth Contracting Officer 5055633015 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK0E100018, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 511120 and the business size maximum is $5.0 Million. The proposed contract is a small business set-aside. All small businesses shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. Please provide a breakdown of your costs (see item 7). The contract shall be awarded as a firm fixed price contract with a base and four one year option year periods. The Period of Performance (POP) shall be from April 12, 2010 to March 31, 2011. The option year POP shall be from April 1 to March 31 for each subsequent year. This office is requesting quotes on the following item: 1. BACKGROUND The Bureau of Indian Affairs, Office of Facilities Management and Construction (OFMC) is a dynamic organization which is growing and attempting to improve upon the ways in which Indian Affairs meets its communication responsibilities to report on construction and maintenance progress for the Bureau of Indian Education, Office of Justice Services, and Administration facilities. The headquarters office is located in Albuquerque, N.M.; other Facilities Management staff is located at 350 field locations on Indian reservations throughout the United States. It is difficult to maintain efficient and effective communications with this many field sites; what we need is a concerted Public Relations Project, a team effort directed by management. 2. INTENTION In FY 2009, our intention is to continue the OFMC Communications and Public Relations effort to reach not only employees and clients but the general public. Our purpose is to inform the above parties of the progress Indian Affairs and OFMC is making in the construction and maintenance of schools, detention centers and administrative facilities. We intend to continue positive Public Relations via dissemination of stories, pictures, and other information regarding OFMC programs to staff, to the media or through our traveling conference exhibit and the Office of Facilities, Environmental and Cultural Resources (OFECR) website. 3. SCOPE OF WORK This contract will enable Indian Affairs to develop quarterly newsletters for our staff; to develop data for a national website targeted to Indian Tribes and clients; to work with the BIA Public Information Officer; and to provide approved media contacts to inform the general public about progress updates through news stories and updated statistics; also to provide conference and multi-media presentation assistance; and to support the recruitment of qualified engineers and architects to work with OFMC throughout Indian Country. 4. CONTRACTOR RESPONSIBILITIES A. Work Tasks: 1. Four Quarterly Newsletters. The Contractor shall develop, prepare and print the newsletters, content pertaining to OFMC, particularly field programs, design camera-ready newsletter pages, 8 1/2 x 11 paper. The camera-ready pages shall be assembled to be used in a two-sided, 8 1/2 x 11 publication. The newsletters will be eight pages in length. The newsletter shall be mailed to the addresses on the mailing list provided by OFMC. These addresses consist of designated Facility Management staff throughout Indian Affairs and interested Tribes. In order to develop the newsletters, the Contractor shall interview OFMC Directors, Division Chiefs and Branch Chiefs, as well as Regional managers, School Superintendents, ELOs, etc., to obtain information to produce articles or to receive and edit pre-written articles pertaining to OFMC operations and activities. The Contractor shall create graphics or photographs to enhance the newsletter layout, presentation or written information and user-friendly reading. The newsletter will be labeled and distributed by the Contractor via USPS and Federal Express, using OFMC postage. The Contractor will keep an updated mailing list and prepare all labels accordingly. Prior to mail out, the newsletter will be categorized by state before being delivered to the BIA Mailroom for final mailing. 2. Media Relations and Internal Communications. Upon OFMC management direction, the Contractor shall perform media relations activities, i.e., press releases, video news releases, contacting interested media personnel and arranging interviews and photo opportunities. The Contractor shall also perform internal DOI/BIA/OFECR/OFMC communications initiatives. 3. Development and Updating of Website Data. Upon OFMC management direction, the Contractor shall assist OFMC managers in creating and updating the information content for the OFECR Website and/or intranet (portal) site at least quarterly. 4. Program Communications and Presentations. Upon OFMC management direction, the Contractor shall create communications presentations (i.e., power point, video, multi-media CD, hard copy folders) for individual OFECR programs such as Safety, Environmental or Cultural Resources. Upon OFECR directive, the Contractor shall perform such services for other Indian Affairs offices. 5. Travel and incidental expenses. Upon OFMC management direction, travel to specialized Reservations and other sites are authorized, to perform these duties and incidental expenses such as photo costs are authorized. B. Labor Requirements: 1. Contractor's Labor Expertise and Experience Requirements. The Contractor will provide qualified labor for this contract. (a) A specialist in Communications and Media Relations is required. (b) The Contractor will provide a person with extensive experience in communications and media relations. (c) The Contractor will provide an individual with knowledge and demonstrated experience in BIA programs, and specifically in OFMC Construction, and Operations and Maintenance programs. 2. Contractor's Program Manager to Be Named in Writing. The Contractor's Project Manager shall be responsible for the performance of these requirements. The name of this person shall be designated in writing to the Contracting Officer. The Project Manager shall be available during normal business hours to meet with Government officials (CO, COR, or Program Director) to discuss any and all aspects of the contracted tasks. 3. Additional Staff. The Project Manager shall notify the COR, in writing, should there be a need to hire additional staff. Appropriate justification and budget impact shall accompany the request for approval for such hires. 4. Compliance with Federal Ethics Guidelines. The Contractor shall comply with US Code 18 Section 207, Restrictions on former officers, employees, and elected officials of the executive and legislative branches, which is hereby incorporated by reference. 5. No changes to staff may be made without approval of the Government. 5. CONTRACTOR DELIVERABLES a. Four Quarterly Newsletters. The Contractor shall deliver the DRAFT newsletter to OFMC management on or before the fourth day, or following day when the fourth is a holiday or weekend, of the first month of each and every Government fiscal year quarter (Quarter ending: Dec 31, March 31, June 31 and September 31). The Contractor shall deliver other OFMC-management authorized newsletters, press or video releases, Recruitment planning, or Web-content services at the direction of OFMC management. Pending OFMC management approval of content, the Contractor shall deliver the FINAL newsletter to OFMC management for printing on or before the twelve day, or following day, when the twelfth day is a holiday or weekend, of the first month of each and every Government fiscal year quarter (Quarter ending: Dec 31, March 31, June 31 and September 31). The Contractor will deliver approximately eight (8) camera-ready pages, 8 1/2 x 11 paper to be used in a two-sided 8 1/2 x 11 publication, to the COR prior to distribution. b. Media Relations and Internal Communications. The Contractor shall deliver draft press or video releases to the OFMC COR for management approval prior to distribution. Internal DOI/BIA/OFECR/OFMC communications initiatives must be submitted to OFMC management through the COR for approval prior to distribution. c. Development and Updating of Website Data. The Contactor must submit to the OFMC COR, either in writing or by electronic file, the new or updated content intended for posting on the OFECR Intranet (portal) page or E-Communicator at least quarterly. d. Program Communications and Multi-Media Presentations. The Contractor shall submit graphic design drafts to OFMC management for approval of any communications presentation to individual OFECR or OFMC programs. e. Travel and incidental expenses. The contractor shall travel to sites, as requested, by OFMC management, to perform contractual duties. The Contractor shall be authorized to incur incidental expenses, such as photo costs, determined to be advantageous to the Government. 6. GOVERNMENT RESPONSIBILITIES a. Space and Utilities. The government will provide the space and utilities for one employee. It is anticipated that most work will be performed at table settings with adequate lighting and climate controls. b. Work Station. The government will provide one Work Station, to include desk and/or table, chair, etc. for the employee. c. Supplies and Materials. The Government will provide the supplies and materials necessary to support this contract. d. Office Equipment. The Government will provide the following equipment to support this contract: 1. Copy Machines 2. Fax Machine 3. Computer, Printer, and Software 4. Scanner 5. Telephone and lines 7. SPECIFIC CONTRACTUAL REQUIREMENTS: a. Cost of Services 1. Labor costs Four Quarterly Newsletters 700 Hrs x $_________ = $___________175 Hours x 4 Quarters = 700 Hours Media Relations / Internal Communications 100 Hrs x $_________ = $___________100 Hours Creating and Updating Web-page Content 100 Hrs x $_________ = $___________100 Hours Communications/Multi-Media Presentations 100 Hrs x $_________ = $___________100 Hours Editing for Grammar, Spelling, Punctuation 32 Hrs x $_________ = $___________32 Hours Preparation of Mailing of Newsletters 48 Hrs x $_________ = $___________48 Hours 2.Printing costs Four Quarterly 8-page Newsletters (1,000 copies) 4 Qtrs x $_________ = $___________3 Quarters 3. Multi-Media costs (3 jobs) Script, photo/video production 3 Each x $_________ = $___________Design 3 Each x $_________ = $___________Voiceover 3 Each x $_________ = $___________ 4.Travel Costs and incidental expenses Travel estimated for five trips 5 Trips x $_________ = $___________ TOTAL: $ __________. Complete this for each year.8. CONTRACTING OFFICERS REPRESENTATIVE The Government's Contracting Officer's Representative (COR) for this contract; will be the primary contact between the Contractor and the Government's Contracting Officer. The COR will be responsible for monitoring assessing and reporting on the performance of the Contractor. The COR will notify the Contracting Officer, in writing, when there is a major shift and/or change in any of the requirements. The government will provide sufficient lead time for the Contractor to adjust to such changes. The COR's name and address will be announced at time of award. 9. BILLING PROCEDURES The Contractor will submit itemized invoices and vouchers at monthly intervals and will follow the format established for the approved budget. The Contractor will invoice only those expenses in the established budget. The Contractor will provide the COR one original signed invoice at the beginning of each month. The Government's COR will review each invoice, recommend amount(s) to be paid and submit to the Regional Finance office no later than five (5) days after receipt of each invoice. The COR will provide the analysis and explanation for any adjustment(s) from the amount invoiced. 10. OFFICE The Contractor shall provide personnel to meet all project requirements. The majority of the work will be performed during normal workdays, between the hours of 8:00 a.m. and 5:00 p.m., legal holidays excluded. The Contractor will have occasion for services to be performed outside of this principal period of performance, which will be provided on an "as needed" basis and shall only be performed after prior approval has been obtained by the Contracting Officer and/or the COR. Period of Performance: April 6 to Mar 31. Closing Date of Quote is April 2, 2010, 2:00 p.m. mountain time. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide their quote to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at http://www.acqnet.gov/far. Provision 52.252-1 Solicitation Provisions Incorporated by reference. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.225-15 Sanctioned European Union Country end Products, FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, FAR 52.217-5 Evaluation of Options; FAR 52.217-8, Option to Extend Services (para one, 60 days); 52.217-9 Option to Extend the Term of the Contract Para (a) 60 days, para (c) three years); FAR 52.216-18 Ordering (para a, Date of Award through September 30, 2004 with two option years); FAR 52.216-19 Order Limitations (Para a, $100.00; Para b (1) $500,000.00; Para b (2) $500,000.00 Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, September, 30, 2004 with two option years); FAR 52.216-27 Single or Multiply Awards; Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims. BACKGROUND INVESTIGATIONS Clause. Please contact CO for a copy of this clause. This requirement may or may not be waived. FAR 52.212-2, Evaluation. The Evaluation Factors are in ascending order of importance. The Evaluation Factors are: 1) Price. 2) Technical Capability 1a: Technical Excellence: Describe ability to meet CONTRACTOR RESPONSIBILITIES section of the SOW. 1b. Technical Approach: Describe approach, including comprehension of requirements to accomplish the SOW. 1c. Personnel Qualifications: Provide Resumes 1d. Past Experience: List contracts that are of comparable size, complexity and similar. 3) Past Performance: Provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers, email address and other relevant information. Award at each option year will be based on the funding available. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. You may send your quotes to BIA, Albuquerque Acquisition Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019. If there are any technical questions concerning the scope of work, direct your questions to the project manager, Trina Fox, at (505) 563-5105. Closing Date of Quote is April 2, 2010, 2:00 p.m. mountain time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK0E100018/listing.html)
 
Place of Performance
Address: BIA/OFMC-Division of Design & Construction1011 Indian School Road NWAlbuquerque, New Mexico
Zip Code: 871042303
 
Record
SN02103676-W 20100328/100326234652-64ee17e0ed9f4654573bcc42063d5e09 (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.