SOURCES SOUGHT
T -- The Mobility Forum - Sources Sought
- Notice Date
- 5/9/2014
- Notice Type
- Sources Sought
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-14-R-0025
- Point of Contact
- Jessica L. Logsdon, Phone: 6182569979
- E-Mail Address
-
jessica.logsdon@us.af.mil
(jessica.logsdon@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mobility Forum Draft PWS - Sources Sought SOURCES SOUGHT The 763d Specialized Contracting Squadron (763 SCONS) is seeking sources for the contemplated follow-on contract for publishing The Mobility Forum (TMF), Air Mobility Command's sole mishap prevention magazine. CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron 507 Symington Drive, Rm W202 Scott AFB, IL 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Small Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, and Woman-Owned Small Business) to provide the required products and/or services. The 763 SCONS is seeking market information for potential sources capable of providing the services for publishing TMF, described herein. Services to be provided by the contractor include all management, labor, long distance phone service, and transportation necessary to prepare for publishing TMF four times yearly (quarterly) in support of HQ Air Mobility Command Safety Office (AMC/SE), Scott AFB IL. Additional requirements are described in the attached Draft Performance Work Statement (PWS). Please note that this PWS is in DRAFT form and actual tasks required may change prior to solicitation. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This requirement is a potential follow-on to Contract FA4452-10-P-0003, currently being performed by Schatz Publishing Group, LLC. The Government is contemplating use of Firm Fixed-Price CLINs with a cost reimbursable line item for travel requirements. However, as no acquisition plan has been approved, the procurement strategy is subject to change. Additionally, there is currently no timeframe for potential RFP release. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a one-year base period, plus four one-year option periods. The estimated start date is 1 October 2014. REQUIRED CAPABILITIES: Services to be provided by the contractor include developing or expanding publication themes, soliciting articles for publication, writing articles, editing all articles, interviewing subject matter experts, publication arrangement/layout, graphic design, support for articles, acquiring all photographs and graphics, preparation for printing and distribution, preparing and maintaining webpage, preparing layout/design that is compatible with electronic dispersion such as mobile apps, Facebook and Twitter, developing readership surveys, attending monthly production teleconferences, and coordinating the final layout with AMC/SE for approval. Services for webpage management include obtaining and maintaining a CAC card for accessing and working inside the DoD firewall, production of 508 compliant documents and uploading of documents to webpage, generating text-only documents of the articles, and posting article content to webpage with coordinating photographs, graphics, and/or charts and graphs. Other services include the generation of social media posts for Air Mobility Command Public Affairs (AMC/PA). SOURCES SOUGHT: The anticipated North American Industry Classification System (NAICS) code for this requirement is 511120 - Periodical Publishers, with the corresponding size standard of 500 employees. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this announcement should send responses via email NLT 27 May 14 9:00 AM Central Daylight Time (CDT) to jessica.logsdon@us.af.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-14-R-0025/listing.html)
- Record
- SN03362647-W 20140511/140509234939-b948f2d362de7ca4b9387d001a704d77 (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 |