SOURCES SOUGHT
R -- Peer Review Process Management
- Notice Date
- 3/10/2016
- Notice Type
- Sources Sought
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
- ZIP Code
- 22060-6201
- Solicitation Number
- RFICBSPRPM
- Archive Date
- 4/12/2016
- Point of Contact
- Morgan Minyard, , Ryan Verespie,
- E-Mail Address
-
Morgan.l.minyard.civ@mail.mil, ryan.a.verespie.civ@mail.mil
(Morgan.l.minyard.civ@mail.mil, ryan.a.verespie.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information: The Defense Threat Reduction Agency (DTRA), Research and Development, Chemical and Biological Technologies, J9CB, is seeking information from respondents who possess the capability to manage a peer-review process similar to those observed in academic, scientific journals complete with an editorial board and advisory committee and to create journal quality publication editions to be posted on a journal website. The peer-review process is necessary to ensure that quality science is conducted by DTRA performers and to increase the reliability of the publications resulting from our programs. Tasks for managing a peer-review process would include facilitating authors, editors, reviewers and journal advisory board members as they obtain and maintain access to the scientific journal website and document management tools. Sub-tasks will need to include contacting and updating appropriately cleared reviewers, holding and transmitting security clearances as necessary and facilitating access to SIPRnet sites, sending regular reminders to editors and reviewers to ensure timely submissions of reviews, and sending regular updates to authors on the progress of their submissions. Editorial board positions are usually time-period dependent positions, so respondents will need to address their ability to continually and consistently out-process, in-process, and orient new editors and peer-reviewers. Respondents will also need the capability for managing all aspects of costs associated with reviewer activities for non-government editors and reviewers. Once manuscripts have completed the peer-review process, the respondents would need the capability to correspond with the author, providing technical editing and manuscript formatting of the manuscript proofs for author approval. Once manuscripts are approved by author and government lead editors then the respondents must have the capability to post the completed manuscript as soon as publishable on the website. The contractor would also need to include the manuscript in a completed multi-manuscript publication edition with assigned volume and issue numbers that includes all the recent manuscripts, news stories, book reviews, editorials, perspectives, short communication and other content typical to scientific journal editions on the website. Journal editions are anticipated to be released on a biannual to quarterly basis dependent on submission activity. Website and editorial management tools will be made available to contract by customer, though contractor will be responsible for providing personnel capable of using and posting the tools and website. Respondents shall further describe their capability for providing metrics on the peer-review process described above, such as, periodic user satisfaction surveys, number of submissions and website activities like contact us emails received and article comments posted. Respondents will also need to regularly arrange and participate in monthly to bi-monthly journal advisory and editorial board meetings, taking meeting notes, and providing updates on the peer-review process and preparation of journal editions. Additional ad hoc meetings may also need to be arranged depending on the progress of the peer-review process. Respondents also shall include a description of their continuous operation capability, ability to recruit and maintain personnel with minimum SECRET-level security clearances and contractor on-site access to secure SIPRnet computers available to support a program of this nature. Response Instructions: All submitted information shall be UNCLASSIFIED; do not submit any CLASSIFIED information in response to this notice. Respondents shall address the information described above (and any additional information the respondent should deem appropriate) via a Capabilities Statement (five-page limit) in Microsoft Word format and a Microsoft PowerPoint presentation (ten-slide limit). A rough order of magnitude (ROM) cost estimate for the services outlined above over a five-year period also shall be provided. In addition, respondents shall include their name, address, CAGE code, and DUNS; provide the North American Industry Classification System (NAICS) code that is most appropriate for these services and state why it is most appropriate; submit company size standard under the suggested NAICS code. The information shall be submitted via e-mail to morgan.l.minyard.civ@mail.mil with a cc: to Ryan.a.verespie.civ@mail.mil. Hard copy submissions will not be accepted. Submissions shall be submitted by no later than 2:00 pm local Ft. Belvoir, VA time on the 30th day following issuance of this RFI. Disclaimer: This Sources Sought notice is solely for the purpose of gathering information and does not constitute a solicitation or the issuance thereof. All information received in response to this notice that is marked proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted will not be returned, and not payment will be made by the Government for such information. No formal RFPs or other solicitations regarding this announcement are available at this time. Information provided herein is subject to change and in no way binds the Government to solicit for proposals or award contracts. It is the respondent's responsibility to monitor FedBizOpps at http://www.fbo.gov for the release of any subsequent information. DTRA is accepting questions regarding this notice but will not be providing responses. The questions will be used to develop more information and receive input from industry regarding this system. The notice is strictly a request for capability packages. If a formal RFP is issued as result of this notice, Q&A may be allowed at that time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/RFICBSPRPM/listing.html)
- Record
- SN04046218-W 20160312/160310235230-117399cdd3a5b6673a11bdc04b9e2476 (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 |