MODIFICATION
D -- Internet Monitoring Services, AAGP
- Notice Date
- 11/7/2003
- Notice Type
- Modification
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Acquisition Support Division (9TFR), 450 Golden Gate Avenue, 5th Floor East, San Francisco, CA, 94102
- ZIP Code
- 94102
- Solicitation Number
- 9T3NJJS384
- Response Due
- 11/14/2003
- Archive Date
- 11/29/2003
- Point of Contact
- Sharon Hunter, Contracting Officer, Phone 415-522-4559, Fax 415-522-4725,
- E-Mail Address
-
sharon.hunter@gsa.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The Government intends to negotiate and award a firm fixed-price Performance Based sole sources contract to Capital Management Group. The statutory authority for other than full and open competition is 10 USC 2304?(1), only one responsible source. The period of performance is for November 17, 2003 through November 16, 2004 with two 1-year options. The applicable NAICS Code is 518 ("Internet Service Providers, Web Search Portals, and Data Processing Services") and 541511 ("WEB - internet page design services, custom"), and the size standard Not to Exceed $21,000,000. The General Services Administration, San Francisco Area Office solicits for the monitoring, capturing, data mining of Internet services as specifically related to the America?s Army Game usage. This task is for the US Army Recruiting Command/Office Secretary Defense. Offeror(s) are to provide services for the aggregating of (web and AAGP) content, consumer feedback and other data from numerous sources such as Internet and Usenet discussion rooms, Web sites, databases, and Internet news sources, which Content is then processed, classified and analyzed through methods and technology and assembled into online reports. Offeror(s) shall apply Internet monitoring technology of public online databases and discussion boards for insights about discussion topics, brands and/or products ? specific to the America?s Army Game Project (AAGP) shall be performed in order to direct the appropriate content and design with regard to actual usage, user preferences, and trade and consumer experiences with AAGP. Proprietary text mining and classification technology is required to convert unstructured consumer information into a structured and actionable format; available through a password-protected desktop reporting tool for the display of content, frequency, and nature of online (Internet gaming community) ?buzz? ? through Internet discussion sources for postings concerning the Army?s ?America?s Army? game and related topics. Additionally, offeror?s shall perform analysis, technical support and training. The deliverables are as follows: 1. Configure, host, and maintain a customized platform to extract actionable consumer insights from public Internet message boards; 2. Internet Discussion External Monitoring Services that shall be performed; 3. The contractor shall perform an extensive sweep of consumer-to-consumer discussion regarding the America?s Army game during the Initial Term; 4. An analytic platform to search terms and phrases associated with game and deliver relevant message board postings via a customized desktop accessible reporting application shall be developed; 5. A monthly executive summary of the findings that can be easily distributed across the Army organization shall be provided; and, 6. Report to the Army any critical issues/rumors as well as recommended areas/way to build buzz based data and analysis. The Integration of message board data consisting of at least the following criteria: 1. Discovery - consumer discussion re: terms, phrases, and competitors relevant to the pre-identified product types; 2. Categorization - captured relevant postings, sorted according to product, message board, poster, date, topic, and sub-topic. Offeror?s shall Develop, provide a Desktop Reporting Interface Online reporting of data sources via desktop reporting platform(s) to include trend, topic, sub-topic, source, and ad hoc reports (e.g. verbatim searches). Data categorized and stored in a data warehouse and a user customized reporting and analytic platform available to up to 10 Army end users. Data for these reports shall be refreshed once a month during the term. End user generated reports from a secure password-protected URL, accessible via any compatible web browser (e.g. recent versions of Internet Explorer). Minimum features shall include: 1. Report Templates - User approved, pre-defined templates will enable designated end-users to analyze and report aggregated feedback from various online discussion communities. 2. Search & Alerts - Army approved, ad-hoc search and report building against the entire feedback database, through configured, verbatim searches and retrieval, based on keyword topics and keywords of interest; 3. Message Volume - A sample of up to 2,500 messages per month to the reporting platform shall be delivered under this task order; 4. Concept Extraction (?Phrase Finding?) - text mining of postings for key concepts/phrases for identification of new discussion terms/issues and tracking of existing terms/issues for trending, monitoring, and related target markets. Consultation and Additional Services may be required to assure the client?s orientation and Monthly Executive Summary of data and results prepared by the contractor shall be posted onto GSA?s Information Technology Solutions Shop, task order management system, ITSS (www. https://it-solutions.gsa.gov) each month. Additionally, an analyst will be available for up to five (5) hours per month for the purposes of supporting the Army?s use of the desktop reporting interface and additional report generation. Offeror?s shall include a Projected Program Time Line for the services proposed under this task order. The following milestones shall be included. -- Program Kickoff, --Requirements Definition, -- Plan development by Contractor, -- Final Approval from Army, -- Live Reporting Site, and First Monthly Executive Summary. All offeror?s are required to comply with Section 508 Requirements, which is as follows: FAR. Section 508 requires that Federal agencies' electronic and information technology must be adaptable for persons with disabilities. Contractors performing IT related services must be committed to meeting Section 508 when such requirements arise or exist per FAR subpart 39.2. The contractor must be prepared to indicate where the client can obtain devices, facilities, and appropriate technology to aid persons with disabilities to access and use the facilities and services provided under this task order. Additional information can be found at /http://www.section508.gov/. The work will be performed at the contractor?s place of business and at other sites as required. (US Army Office Secretary Defense, US Army Recruiting Command, West Point Military Academy, Stars and Stripes Newspaper) The Government Furnished Property: Custom software developed by the America?s Army: Operations development team. The Measurable Quality Standards are as follows: The performance of this task order shall be subject to review and acceptance by the client and GSA ? in accordance with the finally accepted proposal, submitted by the successful Contractor. The Contractor shall be required to coordinate deliverables with and submit projected dates of deliverables to, the client minimally every two (2) weeks. Penalties for failure to meet negotiated deliverables: The Contractor will be penalized for failure to meet negotiated dates of deliverables by 2.5% of the weekly cost of services, for deliverables up to 2 weeks late, and 5% per week for deliverables later than 3 weeks late. For deliverables later than 5 weeks, this task order may be terminated at the client?s discretion and payment shall be withheld (minus this penalty) until completion of the deliverable. IAW the standards and quality control measures of the Office Secretary Defense (OSD) the client will evaluate the contractor?s performance and deliverables monthly, through GSA?s Task Order management system (ITSS) ? https://it-solutions.gsa.gov/. The contractor shall be evaluated upon their meeting/exceeding their presented qualifications and their ability to support and contribute to a smooth operation and performance of the above deliverables. The client and GSA will perform evaluations and ratings each month, upon review and acceptance of the contractor?s monthly status report and invoice. Should travel be required, travel requirements must be approved by the client and will be reimbursed based on actual cost. Incorporated are the following FAR provisions 52.212-4, 52.212-5, 52.212-1, 52.212-2, and 52.212-3. FAR 52.203-6, 52.203-6 Alt I, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.232-33 are also incorporated. At time of posting, a completed copy of the provision for Representations and Certifications are to be posted in ITSS (www. https://it-solutions.gsa.gov). All proposals are to be posted in IT ? Solutions by 4:30 Pacific Time 11/14/03. The Government intends to negotiate and award a best value contract. Jason Schwark is the Information Technology Manager (ITM) for this requirement. The evaluation factors are listed in descending order of importance. 1. Technical 2. Past Performance 3. Price The weighing of the above listed items 1 and 3 are approximately equal. Price is a consideration ? but not the final determining factor. Note: Price will be a deciding factor if two or more proposals receive substantially equal technical scores. Notwithstanding the provisions above, the Government reserves the right to make an award to an offeror, other than the low acceptable offeror, if evaluation renders that offeror to be significantly superior from a technical standpoint so as to warrant payment by the Government of a premium (i.e., the difference in price between the superior proposal and the low acceptable proposal) for such superiority. Technical: (1) Effectiveness of text mining and classification technology conversion of ?America?s Army? game and related topics into structured and actionable format of content, frequency, and nature of online buzz, onto desktop reporting tool displays and acceptable monthly executive summaries; (2) Analysis, technical support and training associated with services delivered; and (3) Format, presentation and effectiveness of BrandPulse reporting platform to extract actionable consumer insights from public Internet message boards. (4) Familiarity and expertise with the organizational structure of the client project reporting structure IAW the America?s Army Game Project is key evaluation factor. Past Performance: 1. Offeror?s shall provide a list of current contracts/task orders performed over the past 2 years, reflecting the support of military command, structure, operations, and communal, online databases and discussion boards for insights about discussion topics, or specific to the America?s Army Game Project (AAGP) with regard to actual usage, user preferences, and trade and consumer experiences with AAGP. Additionally, analysis, technical support and training, as set forth below are required under the provisions of this task order. 2. Offeror?s shall provide contact name and phone number of Contracting Officer/Project Manager for each contract/task order provided. 3. Offeror?s shall provide dollar value for each contract/task order provided. Price: An objective price analysis will be performed on each offeror?s price proposal. Price will be for submissions evaluated and determined to meet Technical and Pas Performance criteria, above.
- Place of Performance
- Address: 891 Cedar Wood, Carmel, IN 46032
- Zip Code: 46032
- Country: US
- Zip Code: 46032
- Record
- SN00467262-W 20031109/031107212530 (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 |