Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
SOLICITATION NOTICE

R -- Safety Culture and Climate Survey

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
RS-OIG-05-341
 
Response Due
11/8/2004
 
Description
The U.S. Nuclear Regulatory Commission (NRC) intends to enter into a sole source contract with International Survey Research (ISR) to update and administer a survey questionnaire to measure NRC?s safety culture and climate. The contractor shall compare the results of the new survey against the baseline established in a 1998 and 2002 surveys which ISR conducted for NRC. ISR shall compare the qualitative and quantitative findings against ISR normative database (U.S. National Norm, U.S. Transition Companies Norm, and U.S. Government Research and Technology Composite). The contractor shall have key personnel whose training, experience, anc overall qualifications permit the conduct of an integrated management analysis study. The contractor shall also have personnel with methodological skills to design studies, develop and deliver data collection instruments, update the current data collection instrument, tabulate and statistically present qualitative and quantitative findings, and analyze and interpret such findings into acceptable written report formats. WORK REQUIREMENTS: (1) The contractor shall develop, in coordination with Office of the Inspector General (OIG) staff, a schedule for completion of all tasks identified. (2) The contractor, in coordination with OIG staff, shall perform (one-on-one and in focus group settings) as an aid in updating the survey instrument. These meeting will include, but not be limited to, National Treasury Employees? Union representative and NRC managers. The contractor shall formulate a qualitative report with the findings from these meeting. (3) The contractor shall prepare a draft survey instrument and pilot the instrument, in coordination with OIG staff. The contractor shall report the pilot survey results to OIG. (4) In coordination with OIG staff, the contractor shall prepare an electronic survey instrument for distribution to all NRC employees. In additions, the contractor shall collect the completed survey instruments. During administration and collection, the contractor shall ensure respondents? anonymity and confidentiality. (5) The contractor shall process and analyze the data collected by the survey instrument and report to OIG staff. The contractor shall include a comparison of the results of this survey against the results of the 1998 and 2002 surveys. Furthermore, the contractor shall compare qualitative and quantitative findings against other similar organizations. The contractor shall ensure that all information is kept confidential. (6) Consult with OIG on Survey Results. (7) In coordination with OIG, the contractor shall provide oral presentations to appropriate NRC senior managers and to all employees. The presentation to all NRC employees will be in a public forum. (8) In coordination, the OIG, the contractor will facilitate meetings to develop actions to address key issues identified during the survey process. The period of performance is 6 months. This notice of intent is not a Request for Proposal. Interested respondents must submit a written capability statement including technical information sufficient to demonstrate their ability to provide this service to the address shown above no later than 3 weeks from the date the announcement appears. Telephonic responses will not be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification System Code is 541910.
 
Place of Performance
Address: 11545 Rockville Pike, Rockville, MD
Zip Code: 20852
Country: USA
 
Record
SN00695045-W 20041017/041015212129 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.