COMMERCE BUSINESS DAILY ISSUE OF JULY 30, 2001 PSA #2903
SOLICITATIONS
T -- GRAPHIC TRAINING AIDS
- Notice Date
- July 26, 2001
- Contracting Office
- United States Special Operations Command, Directorate of Procurement (SOAL-KB), 2418 Florida Keys Ave., MacDill AFB, FL 33621-5316
- ZIP Code
- 33621-5316
- Solicitation Number
- USZA22-01-R-0018
- Response Due
- August 6, 2001
- Point of Contact
- Diane o. Wheeler, 813 828-5436/Contracting Officer Karene Spurlin 813 828-7347
- E-Mail Address
- spurlink@socom.mil (wheeled1@socom.mil)
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number USZA22-01-R-0018 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. See Note 1, the associated North American Industry Classification System applicable is 323119, small business size standard $5M. CLIN 0001 reference card sets each set 6 double sided cards, unit of measure is sets, quantity 40,000. CLIN 0002 briefing chart sets 4 each of 15 charts, unit of measure is sets, quantity 30. The United States Special Operations Command (USSOCOM) is soliciting reference guides and instructional aids to disseminate newly published Special Operations Forces (SOF) multi-service tactics, techniques and procedures in nuclear, biological, and chemical (NBC) environments. Specific requirements of the Graphic Training Aids (GTAs) include: (a) devising a set of quick reference cards for each SOF operator, (b) designing briefing charts for field and classroom use. The work includes: (a)coordinating and interfacing with USSOCOM representatives and others, as required, to identify key information required for layouts (b)assisting in the development and art design of the GTAs (c)Printing and collating 40,000 (six double sided card sets -- 240,000 total cards) quick reference guides (d)Printing and collating 30 copies each of 4 separate brief chart presentations of up to 15 charts per brief (1800 sheets total).The Contractor shall collaborate with USSOCOM representatives and others, as required in developing and designing layouts and relevant artwork needed by consulting relevant extant joint doctrine, JTTP, MTTP, Service authoritative SOF, NBC and applicable doctrinal and TTP publications. Proposed milestones for project completion must be reviewed and approved by USSOCOM representatives prior to start of production. Final print copies required NLT 30 Sep 01. The Contractor shall provide an electronic and hard copy of the GTAs for the review, comments and recommendations by representative of USSOCOM. The Contractor shall revise the GTAs, as required, by incorporating the accepted comments and recommendations resulting from the review. Final version of "quick reference" card set will adhere to following requirements: (a) 6 waterproof (non-laminated), scratch resistant/proof double sided cards. (b) Material composition will be plastic (styrene or similar) so that cards can be bent up to 90 degrees without snapping, permanently bending, or otherwise permanently changing shape of the individual cards. (c) Cards will measure approximately 4 inches x 6 inches and have a thickness of .030 inches. (d) Print will be easily readable from distances of 24 to 30 inches. (e) Cards will incorporate up to 6 different colors (Recommend -- Blue, Green, Yellow, Black, White and Light Grey, (No Red) (f)Each card will have hole punched for ease of attaching high strength strand (nylon cord, plastic strapping or the like) for ease of collation. Collation strands to be provided by vendor. Strands will measure no more than 6 inches in length, if affixed in length, or may be retractable. The Contractor shall collaborate with USSOCOM representatives and others, required, in developing prototype brief charts to meet key required information, sizes and configuration. The Contractor shall provide an electronic and full size hard copy of the brief charts for review, comment and recommendations by representatives of USSOCOM. The Contractor shall revise the brief charts as required by the comments and recommendations resulting from the review. Final version of "brief chart" sets will adhere to following requirements: (a) Chart sheets will measure approximately 48 inches wide and 36 inches long (landscape orientation). Charts will be collated so that they can hung as a presentation on standard brief/presentation easels. Metal grommets (minimum of two at a spacing of 17 inches; Sleeve with enclosed, non-flexible "bar" at top to assist in stabilizing charts; cylindrical carrying cases included. (b) Chart sheets will be "bleed proof" and of appropriate thickness to be tear resistant. (c) Material composition will be vinyl so that sheets can be rolled. (d) Chart sheets will be up to six colors (as annotated previously). (e)Print will be easily readable from distances of up to 30 feet. Develop the First Draft "Quick Reference" Cards and Briefing Charts and provide an electronic and hard copy of the first draft GTAs (quick reference guides and brief charts) to USSOCOM for review, comment, and recommendations and corrections. Develop the Final Coordination Draft "Quick Reference" Cards and Briefing Charts. The Contractor shall conduct research and analysis to determine applicability of staffing comments, recommendations and corrections received from representatives of USSOCOM. The Contractor shall develop a final coordination draft GTA set and provide an electronic and hard copy to USSOCOM representatives for review, comment, recommendation and correction. Based on final comments and recommendations from representatives of USSOCOM, the Contractor shall revise and develop final print copies at totals previously identified in this SOW. The Government will provide all required inputs and reference materials for inclusion in the first and final coordination drafts in both hardcopy and electronic formats. The Government will provide ready access to all doctrinal materials required for the execution of this work. Performance off-site at locations to be determined by the selected vendor, but should be relatively close to MacDill AFB, FL for ease of transportation to conduct coordination meetings. Final Print Copies required not later than 30 Sep 01. Data and deliverables shall be submitted to: United States Special Operations Command, Center for Operations, Plans, and Policy (SOOP-PG), 7001 Tampa Point Blvd., Mac Dill AFB, FL 33621-5323. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation-Commercial Items, Evaluation factors are past performance and price. Award on overall best value. 52.212-3, Offeror Representations and Certifications-Commercial Items. Must be completed and included with any and all offers. 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses as listed in 52.212-5: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports for Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;52.222-41, Service Contract Act, as amended; wage determination no. 94-2125(Rev 15); 52.22-42 Statement of Equivalent Rates for Federal Hires, graphic artist $25.13. Addendum 1 to 52.212-1, Instructions. Offerors shall submit with their offer at least 2 references that the Government may contact to evaluate past performance. The references shall include (1) company name (2) point of contact with telephone number and email. Offers are due NLT 1130 AM EDST on August 6, 2001. The synopsis/solicitation may be found on the Interagency Interactive Business Opportunities Page (IBOP) URL:https://abop.monmouth.army.mil/socom.nsf/home?openform. Representations and Certifications to this combined synopsis/solicitation are attached at IBOP. IAW DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award. Any questions may be addressed to wheeled1@socom.mil Offers may be posted at the IBOP site, or provided thru one hard copy and CD ROM or 3.5x5 disc to USSOCOM ATTN: SOAL-K, 7701 Tampa Point Blvd. MacDill AFB, FL 33621-5323.*****
- Web Link
- https://abop.monmouth.army.mil/socom.nsf/home?openform (www.soal.socom.mil)
- Record
- Loren Data Corp. 20010730/TSOL002.HTM (W-207 SN50T0W8)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on July 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|