SOURCES SOUGHT
R -- Public Affairs and Outreach Service Support
- Notice Date
- 5/13/2020 6:48:24 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189RFIPAOSUPPORT
- Response Due
- 5/22/2020 7:00:00 AM
- Archive Date
- 06/06/2020
- Point of Contact
- David Biggs
- E-Mail Address
-
david.a.biggs2@navy.mil
(david.a.biggs2@navy.mil)
- Description
- Subject to FAR Clause 52.215-3, titled �Request for Information or Solicitation for Planning Purposes,� this announcement constitutes a sources sought synopsis for written information only.�This is not a solicitation announcement for proposals and no contract will be awarded from this announcement.�This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101.� Interested parties are encouraged to respond to this RFI/Sources Sought Notice. BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for digital content specialist and an operations analyst in support of the Public Affairs and Outreach Directorate of the United States Fleet Forces Command. The NAICS code for this requirement is 541990, All Other Professional, Scientific, and Technical Services, and the size standard is $16.5 million. Respondents should provide their business size with the corresponding NAICS, and whether or not if they have an existing contract within the Sea-Port. Scope of Work: The contractor shall perform public affairs and outreach (PAO) services as necessary to include the following services: The contractor shall create content to enhance the organization�s web and social media efforts, and develops, implements, and publishes a variety of information that includes web-based, multimedia materials to convey command information to a variety of stakeholders.� The contractor shall monitor and measure the effectiveness of the command�s communication efforts.� The contractor shall ensure web-based content is current, relevant, accurate, and is in compliance with federal, Department of Defense (DoD), and Department of the Navy (DoN) policies and instructions.� The contractor shall have the ability to integrate the command�s mission into strategic messages, communicated in a variety of formats and designed to reach audiences in the most effective channels by preparing information relative to unit participation in military operations, world events, and environmental matters. The primary purpose of Digital Content Specialist position is to work in the Public Affairs and Outreach directorate (N01P), Commander, U.S. Fleet Forces Command (COMUSFLTFORCOM) supporting the Mission Essential Function (MEF), Digital Media/Social Media Engagement/Content, which is a MEF Level 3, and may be conducted via telework if necessary.� This position will produce and publish content for websites and social media platforms, and assist in the planning and execution of the command�s comprehensive digital communication strategy. The primary purpose of the Operations Analyst position is to work in the Public Affairs and Outreach directorate (N01P), Commander, U.S. Fleet Forces Command (COMUSFLTFORCOM) developing public affairs guidance, communication strategies and/or response to Query documents in support of future operations, which is a MEF Level 3, and may be conducted via telework if necessary. Draft PWS is attached for reference.� PLACE OF PERFORMANCE.��Work will be conducted on NSA Hampton Roads at the U.S. Fleet Forces Public Affairs office. PERIOD OF PERFORMANCE. �Performance is estimated to commence around 20 September 2020. The anticipated period of performance will include a 12-month base, plus four 12-month options and FAR clause 52.217-8, Option to Extend Services, to continue services through 18 January 2027. Responses to this Sources Sought Notice shall include the following information in this format: 1.Company name, address, point of contact name, phone number, and email address. 2. Company Size (Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Small Business, etc) 3. Contractor and Government Entity (CAGE) Code. 4. Other Government vehicles (contracts) that may issue orders for the required services. (ie. GSA GWAC, GBS, etc.). If the services can be solicited from a GSA GWAC, please provide the following information: GSA contract number; Contract period of performance to include all options; List of labor categories applicable to the contract. If the services can be solicited from SeaPort-e, please provide the following information: SeaPort contract number; Contract period of performance to include all options List of labor categories applicable to contract. 5. Statement as to whether the business is actively registered in System for Award Management (www.sam.gov) 6. Capability statement should display up to 3 previous contracts that include PAO services. Please include only relevant past performance on the same/similar work within the last 5 years. Please also include in the past performance information the contract numbers, dollar value, period of performance, and point of contact for each contract referenced in the response to this sources sought. 7. Please include any questions or concerns you have in regards to this requirement. 8. Include any other supporting documentation. Submissions are to be no more than 5 pages and no less than 12 point font. Responses should be emailed to david.a.biggs2@navy.mil �by 10:00 AM EST on 22 May 2020.�Again, this is not a request for a quotation.�Respondents will not be notified the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this sources sought notice will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d0135dcb8990400ba1711ee05c936100/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN05656789-F 20200515/200513230159 (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 |