SPECIAL NOTICE
76 -- Request for Information - Specifications - GFE List
- Notice Date
- 3/2/2011
- Notice Type
- Special Notice
- NAICS
- 323117
— Books Printing
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
- ZIP Code
- 63010-6238
- Solicitation Number
- HM1575
- Archive Date
- 4/15/2011
- Point of Contact
- Patricia L. Henson, Phone: 314-676-0200
- E-Mail Address
-
Patricia.L.Henson@nga.mil
(Patricia.L.Henson@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- GFE List specification information on chart production A. Introduction (U) This RFI is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotations (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice (FAR 15.201(e)). In accordance with FAR 52.215-3 - Requests for Information or Solicitation for Planning Purposes (Oct 1997), the Government will not pay for any information/items submitted in response to this RFI. Data will not be returned. This RFI does not commit the Government to award a contract. No determination as to the viability of this requirement has been made at this point and there is currently no solicitation for this effort. Any solicitation resulting from this RFI will be announced separately. Based on your response to this RFI, the Government may contact you for follow-up questions and/or a one-on-one session. (U) This specific RFI is focused on NGA Printing. In addition provide a cost estimate associated with printing NGA products as specified. B. Background (U) The National Geospatial-Intelligence Agency (NGA) is soliciting industry input to support the development of an acquisition strategy for Printing. Currently, these printing requirements are performed in a contractor leased facility with Government Furnished Equipment. This facility is cleared to the Secret Collateral level. It is the Government's objective to procure this printing as a service. If available, the Government is interested in information from Industry on how this printing could be provided in a more efficient and cost effective manner. Moreover NGA would like to understand what savings could be realized should this requirement be consolidated with the Flight Information Publication (FLIP), as described in Solicitation HM1575-11-R-0002. See https://www1.nga.mil/About/WorkingWithUs/BusinessOpportunities/Pages/default.aspx. (U) The contractor is to furnish all services, labor, facilities, material (to include map paper and ink), supplies, and quality control to produce and deliver National Geospatial Intelligence Agency (NGA) lithographed maps/charts/books in either flat, folded or bound form. This includes but is not limited to topographic, hydrographic, aeronautical, and nautical reproduction. (U) All NGA lithographed maps/charts/books will be accomplished in accordance with all applicable Military Specifications and NGA General and Technical Provisions. Printing requested also includes product finishing (trimming, folding, binding, shrink wrapping, palletizing) and hand off to the Defense Logistics Agency (DLA), Richmond, VA for dissemination to NGA customers. Description • Small Format and Chart Products - Topographic Line Maps (TLMs), Joint Operation Graphics (JOGs) (24" x 30") • Large Format Map and Chart Products - Image City Maps, Military Installation Maps, City Graphics, Aeronautical (44" x 60") • Hydrographic Chart Products • Escape and Evasion Charts (EVC) • Specials (Riverine and Blood Chits) • Atlas Book Products Description Minimum Jobs Estimated Copies per Job Small Format Map and Chart Products (24" x 30") 1405 3,041 Large Format Map and Chart Products (44" X 60") 200 2,388 Hydrographic Chart Products 845 310 Escape and Evasion (EVC) 40 1,894 Special (Riverine and Blood Chits) 2 1,495 Atlas Book Products 12 151,086 C. Due Date-Time and Submittal Instructions (U) Responses to this Request for Information (RFI) MUST BE Submitted/Received by the Due Date-Time, and Method for Submittal specified below without exception. 1) (U) Due Date-Time. All responses to this RFI MUST BE Received by 31 March 2011 by Not Later Than (NLT) 1600 Hours EDT. 2) (U) Method for Submittal. All responses MUST BE Submitted via the CLASSIFIED IC-ARC (Intelligence Community - Acquisition Research Center) Website at URL: http://arc.nro.ic.gov/ for Printing RFI. Responses shall be submitted as one file upload by following the directions for submitting a final RFI response under the RFI TAB on the Printing RFI. RFI responses will not be accepted after the cut-off time and date stated above and will not be accepted via e-mail, fax, the Submit Unsolicited link on the IC-ARC homepage, or other means. (U) The Government will entertain questions on a case by case basis. Respondents should be advised that all questions submitted to the ARC will be posted for all respondents to view, although the identity of the requesting organization will be withheld. The deadline for submitting questions is 21 March 2011. Should you have questions regarding use of the ARC, please contact the ARC Web Team at dev@ticom.npa.gov. (U) To aid in Government review, the total pages for the entire submission are limited to not more than 10 pages, submitted electronically in Portable Document Format (PDF). File size shall not exceed 2MB. The first page of the submission must state the RFI title and provide the name, e-mail address and telephone number for an individual that can be contacted for clarification or questions regarding this submission. The first page should also provide a short description of the company to include capabilities, company size and category (e.g. large, small, small disadvantaged). Each 10-page submission shall include responses areas of interest outlined in Section D. The response format is 8.5" x 11", 12 pt, Times New Roman font. (U) Responses shall not include proprietary information. Any responses that are marked proprietary will not be considered. (U) Respondents are hereby notified that more than one Government Agency may be provided the responses for review, and the Government may utilize FFRDC and/or Support Contractors to provide technical advice on the responses. Cost information submitted under this RFI will be limited only to the NGA Printing Program Office and to the support contractors who have signed the requisite non-disclosure agreements. (U) The Government may use the information provided to develop a comprehensive procurement strategy and solicitation. Any information used will be on a non-attribution basis. (U) Government Furnished Equipment (GFE). Please identify whether your solution involves the use of Government Furnished Equipment (GFE). Attachment 1 of this RFI lists GFE that is available. Vendors should identify what would or would not be helpful and how it would impact their ability to perform. • If GFE is requested, the following guidelines will govern this agreement Mail service, to include classified courier, between NGA Sites, Gila bend, AZ, Mineral Wells, TX and the Contractor's facility will be provided by the Government at no cost. • The destruction of all waste (classified and unclassified) generated, will be the responsibility of Contractor. The Contractor will adhere to all security regulation/guidance in the destruction of GEOINT materials. • Relocation, repair and replacement of GFE would be at the vendor's expense. D. Information Requested (U) NGA is interested in understanding what savings could be realized if this service was provided in conjunction with all or part of the FLIP printing identified in https://www1.nga.mil/About/WorkingWithUs/BusinessOpportunities/Pages/default.aspx. Additionally, NGA invites potential Vendors to consider whether the use of GFE would be requested. Cost estimates should clearly identify whether the solution involves the use of GFE or Contractor owned property. A subsequent RFP issued for this support will be issued under NAICS Code 323117 - Book, Printing Size Standard 500. Vendors should address whether they would respond as a small business under the referenced NAICS Code. (U) Responses to this RFI should include the following: (U) Does the vendor have the ability to address FLIP Logistical Support? Publications to be produced are CRITICAL TO FLYING SAFETY. For this reason, delivery shall coincide with the dates specified. All mailing/shipping (with the exception of the APO/FPO shipments) shall be completed by the contractor and in the possession of the appropriate carriers NLT 1500 hrs Central Standard Time on Wednesdays (seven days prior to the effective date) to deliver on or before Mondays (three days prior to the effective date) to Government-specified addressees. (U) Does the vendor have the ability to address FLIP Crisis/Surge Support? Urgent Change Notices (UCNs), Replacement Chart(s) and Crisis Support items shall be produced as required. NGA and/or NGA approved maintenance contractor(s) will provide the appropriate digital files for unscheduled products. (U) Does the vendor have a suitable Quality Control/Quality Assurance program? The Contractor shall have a Quality Program including inspections and tests necessary to ensure adequate quality throughout all areas of contract performance. The Quality Program shall be consistent with or better than that documented in NGA Quality Manuals. The contractor shall submit Quality Reports for printing and finishing Operations and packaging and distribution operations. (U) Does the vendor have a secure facility for printing (to SECRET Collateral) and does the vendor have cleared personnel? The Government requires a SECRET Collateral printing capability. (U) Does the vendor have the current capacity to perform the following level of chart production to include surge and crisis production? Average print targets are 2510 charts/5.1 million copies per year. Printing shall also be provided during surge and crisis conditions and will take precedence over all standard printing. During surge conditions, print targets can elevate adding another 800 charts/3.4 million copies to the standard printing totals? (U) Would the vendor be teaming with other contractors? E. Attachments 1) (U) Some additional specification information on chart production is included in the attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM1575/listing.html)
- Record
- SN02391702-W 20110304/110302234631-a7bb5ffccb7fc0731ca8480862c5ef7f (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 |