Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2013 FBO #4396
MODIFICATION

T -- Design and write the winter edition of the Our Mississippi newsletter to include printing and distribution.

Notice Date
12/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
511199 — All Other Publishers
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-14-T-0009
 
Response Due
12/11/2013
 
Archive Date
2/3/2014
 
Point of Contact
Dawn Linder, 651-290-5407
 
E-Mail Address
USACE District, St. Paul
(dawn.m.linder@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment revises the previously posted combined synopsis/solicitation. The changes are as follows: The distribution date for the newsletter is changed to 17 January 2014. The due date for quotations is 2:30 PM CST, December 11, 2013. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-14-T-0009 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. (iv) This requirement is solicited as 100% small business set-aside. The associated NAICS code is 511199 and the small business size standard is 500 employees. (v) This requirement consists of one (1) line item as follows: Line Item 0001 Design and write the winter edition of the Our Mississippi newsletter to include printing and distribution. In accordance with the scope of work as follows: OUR MISSISSIPPI- MISSISSIPPI RIVER BASIN PUBLIC OUTREACH/CORPORATE COMMUNICATIONS CONTRACT 1. General Scope A. General Information: Under this Scope of Work (SOW), the contractor will provide writing and editorial services for production of printed newsletter on the entire Mississippi River system, including the programs on the Upper and Lower River portions. This contract shall consist of production (designing, writing, editing, & formatting) and mailing 1 edition of the Corps of Engineers OUR MISSISSIPPI newsletter, inclusive of printing and distribution B. Location of Work: The primary work is located within the entire Mississippi River system. Initial focus areas are in the states of Minnesota, Wisconsin, Iowa, Illinois, and Missouri. Work will also come from the lower Mississippi River region to the Gulf of Mexico. The primary work will be design work from remote areas and daily travel will not be needed to attend work group stakeholder meetings. All work group stakeholder meetings are to be phone in teleconference. Quarterly newsletter initiation and brainstorming meetings will require travel to participate in, and facilitate discussions. C. Study Description: Over the past 20 years, efforts of the Upper Mississippi River District offices have resulted in the generation of enhanced public and stakeholder interest and participation in Corps initiatives. In 1991 quarterly mailings were to roughly 1,000 persons and has grown to over 20,000 persons with bulk distribution to 30,000 additional persons. The publications started as basic informational newsletters and have evolved into a very interesting, tabloid style, full color publication with information and facts from various angles from all around the Mississippi Valley region. Annual growth rate has been over 5% in the past few years and is expected to continue for the period of this contract. 2. Services Required All work shall be in accordance with requirements as specified in this Scope of Work. A.The required work in this contract is to produce a professional newsletter that is consistent with the current quote mark Our Mississippi quote mark brand and promote/enhance that program. The contractor will initiate, create, coordinate, conduct field investigations, write, design, layout, proof, arrange for comments, incorporate changes, finalize and print/distribute the OUR MISSISSIPPI newsletter to 20,000 addresses in the Mississippi Valley Division (MVD) mailing list and 30,000 pieces to another 350 locations in the Mississippi Valley region. There are an additional 10 distribution locations outside the region and 4 international shipments. The newsletter is to be produced and distributed 17 January 2014. The Our Mississippi newsletter is a oversized tabloid style 12 page document to be created using environmentally friendly inks and paper. The artwork and photos (all created/taken/paid for by the contractor) are to be high resolution, color items, and inserted electronically into the publication and follow the industry standards for printing and on-line publications. B.During the execution of the work, the Contractor will consult with the Public Outreach Team (PORT) team members to ensure the newsletter is consistent with the current message and theme (explained in paragraph C below) and to obtain required information pertinent to writing stories and articles for the newsletters. This may include travel to other Corps District offices within the location of work. The Rock Island District in Rock Island, IL is the most likely travel location but may include travel to a number of other Corps Districts. The newsletter will be comprised of several stories and articles, with creative and high quality graphics/photos, to be written and developed by the contractor based on the current message and theme of the OUR MISSISSIPPI newsletter, as described in paragraph C below. The template for the newsletter is to follow the past editions of OUR MISSISSIPPI newsletter and include similar design elements and cues to keep continuity for the reader. The consistent message, look, and feel are extremely important in the branding work that has been in place since 2008. The articles of the newsletter should be reflective of the Corps and Stakeholder needs and encompass a wide variety of activities relevant to the entire Mississippi River, including the Navigation and Ecosystem Sustainability Program (NESP), the Environment Management Plan (EMP), Mississippi River and Tributaries (MR&T) Regulatory, Operations and Emergency actions of the Corps of Engineers, plus activities of partner and stakeholder organizations along the River from Minnesota thru Louisiana. C.Contractor is responsible for the initial development of an idea list and the research and writing of magazine quality text that is accessible and interesting to the general public, but also sophisticated enough for lawmakers and long-time river interests represented to have their needs met. Some story source names will be provided by the Corps, but most of the idea and article development relies on the contractor initiative, and a variety of sources representing collaboration will be expected for a given piece. Contractor is responsible for shooting and/or purchasing photography/art work and for securing high-resolution photography (if available) from the Corps or other relevant organizations/agencies. Stories should strive for a timely hook, when appropriate, but also be written in a way timeless enough to keep them relevant through the three-month period during which each issue is in circulation. The story mix must support a watershed-wide approach to river sustainability now championed by the Corps and its partners but also a format established with earlier issues that includes segments such as: quote mark My Mississippi quote mark personality profiles, and educational but fun and graphically interesting Kids Page and multiple stories that connect to various Corps missions. All story development and review will be agreed upon by the PORT team prior to start of work and final story development by the contractor. All development is to be consistent with the current Our Mississippi outreach program and the Corps of Engineers design standards. Each newsletter is subject to reviews conducted by the COR and study team members. These reviews will further refine the draft articles and help shape the final newsletter. The Contractor will be present for all draft review teleconferences and will be responsible for making all required changes to the newsletter to create the next version. The review process is iterative and usually will require a minimum of three draft reviews and a maximum of five reviews. Changes and comments will be received in various forms from fax, email, on-line documentation, and verbal. The Contractor is responsible for making all changes and rewriting the articles based on study team comments. The Contractor will respond in writing to all written comments received. The Contractor is responsible for proper grammar usage and assuring there are no spelling errors in draft versions of the newsletters. D.The final draft of the newsletter will be approved by the COR in consultation with other internal Corps study members. Once the newsletter is approved for printing, a high resolution PDF of the final document will be emailed to the COR for final approval. The COR will have one day to review, make changes, and approve proof copy. If mistakes are found in the proof that are significant errors/omissions, corrections will be required and a new proof copy delivered to the COR for final approval. Proof copies can be overnight delivered using any overnight service. The Contractor is responsible for the subsequent printing and distribution of 50,000 copies of the newsletter. The newsletter is to be printed on white, 80 lb., 14 quote mark x21 quote mark recycled paper, using soy ink in full 6 color processing. Printing is a full bleed document. Printer plates are to be created at a minimum of 133 line screen resolution for maximum clarity. For mailing, the newsletter is to be folded in half, folded in half again, and tabbed on the center of the open end (same as shown on past newsletters). E.The distribution is to be done using the U.S. Post Office, third class bulk rate mail (the piece does not qualify for bulk rate discounts). Two databases in Microsoft Excel will be provided by the COR prior to each mailing for the most current addresses. The list is currently at 50,000 addresses and is anticipated to grow 5% each quarter. The contractor is to plan to accommodate this growth rate for each quarterly distribution. The preferred mailing method utilizes ink jetting the addresses on the newsletters and presorting the newsletters before they are mailed to save the Government money. The newsletters must be post marked by the dates indicated in paragraph 4.A of this scope of work. The Contractor will also distribute bulk mailings to the other District and Division offices involved in the study. All extra copies of the newsletter are to be mailed to the COR. F.The final step in distribution of the newsletter is an electronic PDF version of the newsletter for use on the Corps Internet Web Page. This needs to be delivered to the COR within 2 days after each final newsletter is submitted. Both a Hi-Rez and Low-Rez PDFs are required to be submitted. 3. Contract Pricing A. The Contractor's pricing shall include all costs associated in the production of the newsletter and distribution. Including the cost of all data collection, writing, photos, artwork and editing of newsletter articles, travel, teleconferences, and associated costs to accomplish the work under the contract, except as may be otherwise specifically provided for in this contract. 4. Schedules and Submission A. All work under this contract shall be completed and submitted in a timely manner to meet target distribution date throughout the contract period. Distribution date for the newsletter is no later than 17 January 2014. Work will begin as soon as the contract is in place. Work will conclude 30 days after distribution, so the contractor is expected to be ready and able to work efficiently and effectively to keep the tight schedule and avoid delays to the schedule. 1. The newsletter is to be in preliminary form at least two weeks before the target distribution date. Final draft newsletter shall be submitted one week before distribution date. Proof copy of original being sent to printer shall be provided to COR 3 days prior to distribution date. B. The COR will complete review and advise the Contractor of any required revision within one week after receipt of draft newsletters and two days after receipt of final proof newsletters. C. The Contractor shall make required revisions in accordance with review comments of the COR or as coordinated with other authorized representatives of the Corps. D. All general information, computations, graphs, computer and facsimile supplies, and other needs made under this contract shall be obtained by the contractor. The COR will assist in reviews and obtaining comments from internal Corps study members. All photographs, computer files, and data gathered for use in this contract become the exclusive property of the Government. 5. Coordination A. During the progress of the work, the Contractor shall confer with the COR regularly to assure that the completed articles and draft newsletters meet the approval of the COR. The COR is authorized to call and check the progress of newsletters periodically. The contract price shall include attendance at meetings between the COR and the Contractor in St. Paul, MN, on site, to be called by the COR, (maximum of four meetings per newsletter) and such additional conferences in St. Paul and visits to the study area as the Contractor deems necessary for the proper execution of the work. 6. Data Provided by the Government: The Government will provide the following for use by the Contractor in completion of the contract requirements specified above: (a) The Government will provide background information, past newsletters from the UMR. All correspondence related to the UMR Corps programs and communications, past template information for newsletter layout/design, and current Excel database for mailing names. (b) The Government will provide assistance for the clarification of information the contractor will gather during the story development and layout design elements and offer any other explanation, clarification where needed. (c) The Government will provide meeting arrangements for all face-to-face meetings and call in teleconference numbers for all call in meetings with the entire team. (one-on-one meetings and participation for writing stories and collecting data will not be coordinated by the Government). 7. Contractor Deliverables: The contract shall provide to the St. Paul District via portable hard drive all artwork and images created under this contract. (a)Newsletters printed in the quantity of 20,000 pieces to be ink jetted and mailed using the USPS, thru best practices. (b)Newsletters bulk, in the quantity of 30,000 to some 350 locations, to be boxed and shipped using any common parcel carrier. A portion of this bulk delivery, approximately 8,000 pieces is to be boxed and divided equally to: the St. Paul District, the Rock Island District, the St. Louis District, the Memphis District, the Vicksburg District, and the New Orleans District U.S. Army Corps of Engineers. (c)Electronic versions, both Hi-Rez print and web quality pdf files. The web file is to be in a flip booklet format so a typical E-reader can view pages separately and easily navigate thru the document. (vii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. (viii) The provision at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. (ix) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (x) The clause at 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), applies to this acquisition. The following FAR clauses are also incorporated: 52.204-7, System for Award Management, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, 52.219-1 Alt 1, Small Business Program Representations, Alt 1 with the NAICS code filled in of 511199 and the Small Business Size Standard of 500 employees, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-25, Affirmative Action Compliance, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires stating in accordance with the attached Wage Determinations, 52.222-50, Combating Trafficking in Persons, 52.223-16 Alt 1, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products, Alternate 1, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.232-39, Unenforceability of Unauthorized Obligations, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, 52.237-3, Continuity of Services, 52.247-34, F.O.B. Destination, 52.252-5, Authorized Deviations in Provisions with paragraph b filled in as Federal Acquisition Regulation 48 CFR Chapter 1, 52.252-6, Authorized Deviations in Clauses with paragraph b filled in as Federal Acquisition Regulation 48 CFR Chapter 1, 52.253-1, Computer Generated Forms, The following DFAR clauses are also incorporated: 252.201-7000, Contracting Officer's Representative, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.204-7003, Control of Government Personnel Work Product, 252.204-7004 Alt A, System for Award Management Alternate A, 252.204-7006, Billing Instructions, 252.225-7048, Export-Controlled Items, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications, 252.247-7023 Alt III, Transportation of Supplies by Sea Alternate III, MVP-001, Data Acquisition. The following Wage Determinations are applicable to this acquisition: WD 05-2287 (Rev. - 13), WD 05-2271 (Rev. - 13). To be awarded this contract, the offeror must be registered in the System for Award Management (SAM). SAM information may be found at http://sam.gov. Any questions regarding this RFQ #W912ES-14-T-0009 should be submitted by email to Dawn Linder at dawn.m.linder@usace.army.mil. The U.S. Army Corps of Engineers is an Agency of the Federal Government. (Dept. of Defense), and is therefore, tax exempt. Federal Tax I.D. NO. 62-1642142. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due to the St. Paul District Corps of Engineers, 180 East Fifth Street, Suite 700, St. Paul, MN 55101-1678 2:30 PM CST, December 11, 2013. Electronic quotes are acceptable. You may submit your quote by email to Dawn Linder at dawn.m.linder@usace.army.mil. If you have any questions about submitting your quote, please send an email to Dawn Linder at the email address provided above (xvi) The assigned Specialist is Ms. Dawn Linder. Ms. Linder may be reached at dawn.m.linder@usace.army.mil, (651)290-5407.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-14-T-0009/listing.html)
 
Place of Performance
Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street St. Paul MN
Zip Code: 55101-1678
 
Record
SN03246382-W 20131207/131205234845-64318af50f8fa3a7edb0fff248e4b1bf (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.