SOLICITATION NOTICE
B -- Media Ownership Study - Statement of Work
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
- ZIP Code
- 20554
- Solicitation Number
- FCCRFQ1000000QR5
- Archive Date
- 7/21/2010
- Point of Contact
- Bridget C Gauer, Phone: 2024181865
- E-Mail Address
-
bridget.gauer@fcc.gov
(bridget.gauer@fcc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- statement of work 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 FCCRFQ100000QR5 is issued as a request for quotation (RFQ). This procurement is being conducted under simplified acquisition procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-41. This RFQ is issued as a small business set aside under NAICS code 541690. The size standard is $7 million. The following contract line item numbers (CLINs) are included in this RFQ: CLIN 0001: Provide Media Ownership Study in accordance with the statement of work. Sub CLIN 0001A - Status Report on Research Efforts 1 JB _________ Sub CLIN 0001B - Draft Study 1 JB _________ Sub CLIN0001C Final Study 1 JB _________ Total ______________ Pricing: Vendors shall provide Firm Fixed Price (FFP) quotes. The Government may determine that a quotation is unacceptable if the proposed Sub CLIN prices are significantly unbalanced. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Vendors are requested to demonstrate their expertise through a written quotation. Vendor quotes shall be no more than ten (10) pages (excluding resumes, pricing, 52.212-3 representations and certifications, and (if submitted) completed FAR 52.227-15). Quotation information that exceeds the respective section page limitations will not be considered. Quotation text shall not be smaller than 12-pitch type. Quotation page format shall be based on standard 8½ by 11 inch paper. Failure to fully adhere to the prescribed format may result in your disqualification from the competition. Questions regarding the RFQ must be submitted by 3pm 6/23/2010 via email to Bridget.Gauer@FCC.gov. Quotations shall address the following elements: 1. Technical Factor: The vendor shall describe the specific methodology you will employ to fulfill study objectives [Items d.-g. may not be relevant for purely theoretical studies.]: a. Address the specific methodology you will employ including its: (i) merits; (ii) associated risks; and (iii) links to supporting the achievement of the specific study goals b. Describe how your study will identify the relevant performance metric(s) that relate(s) to one or more of the Commission's media ownership policy goals (competition, localism, and diversity) c. Describe how your study will analyze the impact of differences in local market media ownership structures on the performance metric (including, for example and as appropriate, controls for other factors influencing the performance metric) d. Identify the market(s) for your study; e. Identify the data you will use, including your plans for use of Government Furnished Information (GFI). For any other data to be acquired by the contractor ("additional data"), detail how it will be obtained and itemize the cost. f. Describe the statistical technique(s) you will apply to the data g. Address how your statistical technique(s) reduces and/or mitigates potential statistical biases h. Address how you will report study findings 2. Key Personnel - Provide resumes for proposed key personnel. The minimum qualification for key personnel is a Ph.D. in economics, political science, or an equivalent field. If more than one person is identified as key personnel, the vendor shall identify which person will serve as the Project Manager. Resumes shall include at a minimum the following information: i. Name ii. Education / Professional certifications iii. Experience that is relevant to proposed effort iv. Publication Experience (publication, title, topic, date, etc) The Government will make an offer to the vendor whose quotation conforms to the requirements of this solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical, Key personnel, and Price. Technical and key personnel when combined are more important than price. Price will be evaluated by adding Sub CLIN 0001A, 0001B, and 0001C together for a total price. If additional data is quoted, the cost should be itemized and included in Sub CLIN 0001B - Draft Study. Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotations. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addendum. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6, 52.219-28, 52-222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. Clause at 52.227-14 Rights in Data-General, applies to all data other than Government-furnished information (GFI), except as follows: (1) raw data that the contractor has acquired under license from a third party shall be identified as limited rights data and submitted with limited rights as provided in the Limited Rights Notice in FAR 52.227-14 Alternate II, with no rights to disclosure outside the Government; and (2) if the contractor-created data set delivered with the final report contains any licensed third party data acquired by the contractor, the data set shall be identified as limited rights data and submitted with limited rights as provided in the Limited Rights Notice in FAR 52.227-14 Alternate II, but is subject to disclosure outside the Government for the following additional purposes-(a) for the sole purpose of evaluating the study, the data set may be made available to peer reviewers subject to the terms of a non-disclosure agreement; and (b) for the sole purpose of allowing members of the public to comment upon the study, the data set may be made available to the public subject to the terms and conditions of a protective order issued by the Commission. The offeror shall submit invoices in accordance with the FCC invoice procedures below: INVOICES NOTE: *Invoices may be submitted via email to: FO-Einvoices@fcc.gov. In addition, copies of the emailed invoices shall also be sent to the CO and COTR. Only one emailed copy is required. Invoices* may be submitted in an original and two copies to: FCC Travel/ Operations Group, Room #1A761, 445 12th Street, S.W., Washington, DC 20554
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCCRFQ1000000QR5/listing.html)
- Place of Performance
- Address: Contractor Location, United States
- Record
- SN02179086-W 20100618/100616234856-2bde445faf51ecb77edb6634a428e5df (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |