Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOURCES SOUGHT

R -- This is a performance based, non-personal services, requirement to provide follow-on support for subject matter expertise in the area graphics illustration. The requirement is to design, lay-out and execute a wide range of illustrative/graphic artwork to

Notice Date
3/31/2020 1:04:05 PM
 
Notice Type
Sources Sought
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
FA8052 773 ESS PK SAN ANTONIO TX 78226-1720 USA
 
ZIP Code
78226-1720
 
Solicitation Number
FA805220RFI01
 
Response Due
4/15/2020 11:00:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
Arthur C. Mitchell, Phone: (210) 395-9826
 
E-Mail Address
arthur.mitchell@us.af.mil
(arthur.mitchell@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Graphics Illustrator Support Support Service Request For Information (RFI):� FA805220RFI01 1.0������ Description 1.1 The 773d Enterprise Sourcing Squadron (ESS), in support of the Office of the Air Force Surgeon General, is conducting a market survey to determine commercial and industry capabilities and practices, to identify qualified sources, and to solicit comments on the attached Performance Work Statement (PWS).� This Request for Information (RFI) is in reference shall provide personnel and expertise to support the AFMS Graphics Illustrator Support Service (attachment 1, PWS).� 1.2 THIS IS A REQUEST FOR INFORMATION ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any service whatsoever.� Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in a future RFP, if one is issued.� If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website.� It is the responsibility of the potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. 2.0������ Background 2.1�� The Air Force Medical Service is seeking contract Graphics Illustrator Support Services to improve agency policy development, decision-making, administration, project management administration, and to improve the effectiveness of managerial processes and procedures. The AFMS Graphics Illustrator Support Services will as follows: Task 1.� Design, lay out and prepares a variety of artwork. Task 2.� Advise and provide guidance to Government management and customers. Task 3.� Create original artwork utilizing computer graphics software. Task 4. �Research and recommend equipment, materials and software to meet current and future production needs. In accordance with the attached Performance Work Statement (PWS). 2.2��� A description of the anticipated effort is outlined in the attached PWS.� Please be advised this is a draft PWS and is subject to change based on the information received from this RFI. 2.3��� Delivery Period: One (1) Base Year contract plus four (4) Option Years beginning 07 Oct 2020. 2.4���� Security Requirements: As defined in the PWS. 3.0������ Requested Information� 3.1 Performance Metrics:� Briefly describe industry and commercial standards your organization currently employs to measure performance?� How would you apply or adapt these metrics to measure performance for services described in the PWS? Are there additional or new quality indicators within the healthcare industry that would strengthen the PWS? 3.2 Business Model: Provide a general overview of how your business structure would accommodate performance of this non-personal services requirement to provide support and improve agency policy development, decision-making, administration, and project management and administration, and to improve the effectiveness of managerial processes and procedures for Air Force/Surgeon General (AF/SG) plans, programs. 3.2.1 Responses to this RFI should also include your organizations current and planned methodologies for Graphics Illustrator Support Services?� Please provide and describe previous past experience, and capability your organization may have with regard to the transition into a contract similar to this acquisition for Graphics Illustrator Support Services, or contracts that you have that are similar current or previous contracts.� Please also provide a rough order magnitude (ROM) cost estimate for the proposed contract. 3.3 Risk Areas: What tasks and/or managerial aspects applicable to this acquisition would you characterize as high-risk areas?� What mitigation techniques would you recommend be employed to those respective risks? 3.4 Contract Type: Are there other options you would recommend, i.e. firm-fixed-price, cost-reimbursement, etc.?� Provide the rational for your recommended contract type and or reimbursement methodology. 3.5 Security: Can you recommend areas for improvement or necessary changes within the attached PWS to appropriately align our security requirements with current industry standards? 3.6 Do you have any additional comments or suggestions to improve the attached PWS?� Are there any areas that are unclear?� 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2016 or compatible format are due no later than 15 April 2020 at 1:00PM CST.� Responses shall be limited to 10 pages for Section 2 and submitted via e-mail only to arthur.mitchell@us.af.mil.� You may call Mr. Arthur C. Mitchell at (210) 395-9826 and verify receipt of your submission.� Proprietary information, if any, should be minimized and MUST BE CLEARLY IDENTIFIED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned, nor will any costs associated with the preparation or submission of your response be reimbursed. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, phone number, fax number, and e-mail of designated point of contact. 4.3.2.� Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541430, Graphic Design Services.� Standards and conditions apply.� Please refer to Federal Acquisition Regulation FAR 19 for detailed information on Small Business Size Standards.� The FAR is available at http://farsite.hill.af.mil. 4.4.� The number of pages in Section 1 of the white paper shall not be included in the 10 page limitation, i.e., the 10 page limitation applies only to Section 2 of the white paper. 4.5. Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the contract administrator, Mr. Arthur C. Mitchell at (210) 395-9826, at arthur.mitchell@us.af.mil.� Verbal questions will NOT be accepted.� Questions will be answered and provided to all interested vendors via email; accordingly, questions shall NOT contain proprietary or classified information.� The Government does not guarantee that questions received after 13 April 2020 at 1:00PM CST will be answered.� Interested parties are invited to subscribe to the FedBizOpps website, located at https://www.fbo.gov, to ensure they receive any updated information concerning this RFI at the appropiate time. 6.0 Summary and Applicable Clauses THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to seek industry�s knowledge about, and identify sources for, providing Third Party Collection services. The information provided in this RFI is subject to change and is not binding on the Government.� The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned. Pursuant to FAR 52.215-3, your attention is required to the following provision: REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection FAR 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This request for information is issued for the purpose of gathering information regarding the medical billing industry and to request comments on the attached DRAFT Performance Work Statement. Comments received may be used to review and revise the DRAFT Performance Work Statement when developing the final forthcoming Solicitation. Attachment 1: Draft:� Performance Work Statement (PWS) dated:� 06 Feb 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a2359bf04e74110ad0a3e910429f02d/view)
 
Place of Performance
Address: Falls Church, VA 22042, USA
Zip Code: 22042
Country: USA
 
Record
SN05606342-F 20200402/200331230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.