SOLICITATION NOTICE
B -- QUALITATIVE RESEARCH FOR RADIO SAWA AND NEW MIDDLE EAST TELEVISION INITIATIVE
- Notice Date
- 5/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
- ZIP Code
- 20237
- Solicitation Number
- CON-03-0016
- Response Due
- 5/21/2003
- Archive Date
- 6/5/2003
- Point of Contact
- Gloria Sweetney, Contracting Officer, Phone 202-619-1623, Fax 202-205-1921,
- E-Mail Address
-
gjsweetn@ibb.gov
- Description
- The Broadcasting Board of Governors/International Broadcasting Bureau (BBG/IBB) has a requirement for a contractor to conduct studies to (1) explore listeners' reaction to current and planned programming on BBG's Arabic language radio service, Radio SAWA; and (2) refine the programming plans for a new Arabic language television service being developed by the BBG using the "Test Program for Certain Commercial Items" specified in Subpart 13.500 of the Federal Acquisition Regulation (FAR). Pursuant to FAR Subpart 12.603, the following constitutes both the synopsis and the solicitation: (i) 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; written proposals are here in being requested, and a separate written solicitation will not be issued. (ii) The solicitation number for this procurement is CON-03-0016 and this solicitation is issued as Request for Quotation (RFQ). (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-13, Title 48, March 18, 2003. (iv) The Contracting Officer has found and determined that the nature of the services to be performed is appropriate for an "unrestricted" procurement in accordance with FAR Subpart 19.502 entitled "Setting aside acquisition". (v) The contract line items and research specifications are as follows: CLIN 1. FOR RADIO SAWA: A total of 8 Focus Groups shall be conducted for this project, with 4 groups in each of the following cities: Cairo, Egypt and Amman, Jordan. In each city, focus groups shall be configured as follows: one male group, ages 17-21; one male group ages 22-26; one female group ages 17-21; and one female group ages 22-26. All focus group participants shall be regular Radio SAWA listeners, listening to the radio station at least 2 times a week on average. Additional screener criteria shall be provided to the awardee. CLIN 2. FOR TELEVISION STUDIES: A total of 16 Focus Groups shall be conducted for this project, in the following cities: Cairo, Egypt; Amman, Jordan; Casablanca, Morocco; and Riyadh, Saudi Arabia. Focus Groups composition in each city shall be as follows: one male group, ages 18-29; one male group, ages 30-45; one female group, ages 30-45. All participants shall have at least complete secondary education and shall be regular viewers of satellite channels. FOR FOCUS GROUPS FOR BOTH RADIO AND TV STUDIES: It is anticipated that each group shall last approximately 2 hours. Professional quality simultaneous translation in English shall be required for all focus groups. All groups shall be videotaped and the final videotapes shall include the English language translation as well as the original Arabic soundtracks. Note: Radio and TV focus groups in Cairo and Amman should be held within approximately the same timeframe to allow personnel from BBG to observe both groups. RESPONSIBILITIES OF CONTRACTOR: It is anticipated that this project will be handled by a single contractor, who will subcontract, if necessary, with other firms for conducting fieldwork in each country. The Prime Contractor shall be responsible for preparation, oversight, and analysis of all research necessary to address the substantive topics of interest outlined in this RFQ. This shall include: (1) Extensive consultation, by phone and in person, with IBB staff to ensure common understanding of research objectives. (It is assumed that this will entail at least one full day meeting with the IBB staff in Washington, D.C.); (2) If necessary, selection of research subcontractor(s) who can carry out the necessary fieldwork; (3) Subcontracting, as required, with selected fieldwork providers; (4) Oversight of fieldwork carried out on this project, including preparation of screener questionnaire, moderator briefing, and direct observation of all focus groups; (5) Drafting of focus group discussion guides, based on consultation with IBB staff and review of project objectives; (6) Preparation of analytical report on the focus group research conducted at each location; (7) Preparation of overall analytical report including conclusions and recommendations. SUMMARY OF DELIVERABLES. CLIN 1 and CLIN 2: (a) Video tapes with Arabic and English soundtrack for each focus group; (b) Analytic reports summarizing focus group findings at each location. (vi) OVERALL PROJECT DESCRIPTION: (1) Radio SAWA, The BBG's Arabic language radio service, is designed to reach younger (age 30 and below) listeners in the Levant, Egypt, the Gulf and North Africa. While primary music oriented, the station's programming will contain significant amounts of news as well as other elements designed to explicate U.S. policies towards the region. This project is intended to explore how current and potential Radio SAWA listeners view the stations actual and planned programming. The research will be conducted via the use of focus groups as outlined above in CLIN 1. (2) In addition, the BBG is planning to launch an Arabic language, satellite-delivered television service designed to provide accurate, objective news and information to viewers throughout the Middle East. Qualitative research is required to understand the needs and interests of potential viewers, to evaluate perceptions of currently available TV choices, and to position the new channel in the marketplace. The research will be conducted via the use of focus groups as outlined in CLIN 2 above. DELIVERY SCHEDULE: (a). Focus group work will commence the week of June 16, 2003. Exact timing of all focus groups will be agreed upon subsequent to contract award. Final report to be submitted no later than 3 weeks after conclusion of final focus group. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, is hereby incorporated by reference. [1] Offerors are reminded to submit their DUNS Number with their proposal. [2] Offerors responding to this RFQ shall include sufficient information in their technical proposal to address the technical evaluation criteria listed in item (ix) below to enable IBB to objectively evaluate the offeror's capabilities/experience to successfully perform the work specified above. In addition to addressing the points noted below in item (ix), submissions shall also provide the following information: (a) detailed description of the proposed research methodology, including specific listing of organization(s) the offeror shall use for fieldwork and the relevant experience of such organizations; (b) current information on the qualifications of offeror's office and field staff; (c) specific information on offeror's past experience in conducting commercial radio research, both domestically and internationally; (d) specific information on offeror's past experience in conducting media research in the Arab world; (e) details on any subcontractors who would be engaged to work on these projects. [3] Omission of any of the points of information requested will weigh against the offeror during the Contracting Officer's evaluation of the proposal. [4] Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR Subpart 2.101, Definitions) will not be considered as responsive to this RFQ. [5] The price quotation shall be submitted on a separate page from the Technical Capabilities/ Experience information. [6] Offers not in compliance with this RFQ will be rejected. [7] It is expected that the contractor will travel to Washington, DC and to the Middle East in the performance of the consultation, oversight, and reporting requirements outlined above. All such travel is to be performed in accordance with applicable U.S. Government regulations. Cost of such travel shall be included in the price quotation submitted by offerors for this project. [8] In the event that the price quotations for the work outlined in the RFQ significantly exceed the Government's estimate, the Government reserves the right to reduce the scope of the work specified herein. (ix) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a firm-fixed price contract (i.e., purchase order) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be the most advantageous to the Government, based on: A) the offeror's Technical Capabilities/Experience (for which there are five (5) equally weighted subcriteria); and B) the offeror's Price Quotation. Of the two Selection Criteria, Technical Capabilities/Experience is the significantly dominant criterion over the Price criterion. The Technical Capabilities/Experience subcriteria are as follows: (a) Demonstrated experience in conducting commercial television and radio programming and audience research. (b) Demonstrated experience in conducting television and radio research in international settings, especially in the Middle East. (c) Professional qualifications of key project leaders. (d) Qualifications and experience of proposed subcontractors. (e) Ability to complete project on the schedule specified above in 5) Delivery Schedule. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commerical Items, with its offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition-with no addenda to the clause. (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129); 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C 3332); (xiii) The following FAR clause is also applicable to this acquisition: 52.222-22, Previous Contracts and Compliance Reports. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) None of the CBD numbered notes are applicable to this acquisition. (xvi) Offers are due not later than 3 pm EST), Wednesday May 21, 2003. However, all questions related to this RFQ shall be in writing and submitted NLT Wednesday, May 14, 2003. All responses and questions shall be sent directly to the Contracting Officer and they shall reference RFQ No. CON-03-0016. Responses and questions may be sent via either facsimile to (202) 205-1921; e-mail at gjsweetn@IBB.gov or by mail to: BBG/IBB, Office of Contracts, 330 C Street, SW, Room 2512, Washington, DC, Attn: Gloria J. Sweetney. Offerors responding to this RFQ shall submit to the above-listed Contracting Officer the following information by mail, facsimile, or e-mail, as part of their price quotation: unit and extended price for the above-listed line-item, prompt payment terms, correct remittance address if different from the quoter's mailing address, and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this procurement. (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Contracting Officer, Gloria J. Sweetney NLT Wednesday, May 14, 2003. All responsible sources may submit a price quotation, which will be considered.
- Record
- SN00320868-W 20030511/030509213025 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |