Public Affairs Office Social Media Services

Agency:
State: Virginia
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Feb 15, 2024
Due: Feb 26, 2024
Publication URL: To access bid details, please log in.
Follow
Public Affairs Office Social Media Services
Active
Contract Opportunity
Notice ID
N5701224RC00D2C
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 08:25 am EST
  • Original Response Date: Feb 26, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R426 - SUPPORT- PROFESSIONAL: COMMUNICATIONS
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Norfolk , VA 23511
    USA
Description

Public Affairs Office Social Media Support Services Sources Sought Notice



Description



Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Firm Fixed Price (FFP), Single Award, contract action under NAICS code 541511 - Custom Computer Programming Services, and the Size Standard is 34 (millions of dollars). This proposed contract vehicle shall develop an initiative to maximize COMNAVAIRLANT’s presence on the worldwide internet and enable the command to communicate most effectively to all COMNAVAIRLANT commands, interested Web and media audiences, foreign and domestic. The public affairs shop is in need of a full-time social media manager to create and sustain a positive public image of the U.S. Navy aviation enterprise. The responsibilities of the social media manager will be to prepare and maintain the strategic communications plan outlined by the COMNAVAIRLANT public affairs officer. Plan, present and execute a social media plan on all popular platforms (to include, but not limited to Facebook, X, Instagram, LinkedIn, YouTube), as well as any new social media platform to be added. The contractor’s assistance will ensure all outreach effort are met and that identified publics are engaged and informed. Additional outreach efforts will include coordinating, planning and executing all public tours to squadrons and aircraft carriers and assisting the deputy Public Affairs Officers with the Leaders to Sea Distinguished Visitor Embark program.



COMNAVAIRLANT PAO Director seeks Contractor support in providing one Social Media Manager and one Multi Media Specialist.



These Contractors shall advise the Public Affairs Director and staff on all aspects of social media/Web 2.0 applications; analyzing and recommending web media strategies and technologies to best promulgate PAO communication and media efforts. Both Contractors shall be reliable, shall assist/support the PAO on a day-to-day basis in identifying, formulating, developing, and preparing comprehensive immediate and long-term public affairs Web process improvement recommendations; enabling COMNAVAIRLANT to provide a continuous effective flow of information to interested and targeted audiences worldwide and keep pace with new and emerging technologies as they occur and develop. Additionally, the Contractors shall provide the PAO with meaningful reports that evaluate and measure the effectiveness of its Web public affairs communication objectives and goals. COMNAVAIRLANT Public Affairs retains technical data rights to all products created to include but not limited to video, podcasts, graphics, articles, other communication-related products, software or programs developed. The Social Media Manager and the Multi Media Specialist shall receive approval for content and OPSEC from PAO leadership before posting to any site accessible by personnel external to PAO.



Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," 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 Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide support services for: CNAL Public Affair Office in one (1) location at Norfolk, VA 23511. The period of performance for this anticipated contract includes a one (1) 12-month base contract and four (4) 12-month option years along with the ability to extend services for an additional six-months in accordance with FAR 52.217-8.



Please see the attached draft Performance Work Statement (PWS).



Reponses to this Sources Sought request shall reference the Sources Sought number and shall include the following information in this format:



1. Company name, address, Point of Contact name, phone number, fax number and email address.



2. Contractor and Government Entity (CAGE) Code.



3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned.



4. If the items/services can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG, provide the applicable contract number.



5. Capability statement displaying the contractor’s ability to provide the minimum requirements to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.



6. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information.



7. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used.



8. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.



9. Please address the following in your response. Documentation of qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice.



a. Contractor’s ability to provide the required services referenced in the attached Performance Work Statement.



b. Estimated time required to submit a proposal involving the following evaluation factors: technical, past performance and price.



Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed seven (7) typewritten pages in no less than 12 font.



Responses should be emailed to joseph.l.frech.civ@us.navy.mil and bridget.m.crouch.civ@us.navy.mil by 12:00 pm on 26 February 2024. Again, this is not a request for a proposal. Respondents will not be notified of 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 pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.



NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this Sources Sought Request for Information will be updated and/or may change prior to an official synopsis/solicitation, if any.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2024 08:25 am ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow J059--Sources Sought PIV - WB JCI and Software Active Contract Opportunity Notice ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/10/2024

...- Custom Computer Programming Services Place of Performance: Arlington , VA 22202 USA ...

Federal Agency

Bid Due: 12/19/2024

...(HARDWARE AND PERPETUAL LICENSE SOFTWARE) NAICS Code: 541511 - Custom Computer Programming Services ...

DEPT OF DEFENSE

Bid Due: 9/08/2024

...American Industry Classification System (NAICS) codes 541511 Custom Computer Programming Services, 513210... Computer ...

Federal Agency

Bid Due: 4/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.