SOLICITATION NOTICE
R -- Digital and Video Clippings
- Notice Date
- 8/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- U.S. Government Accountability Office, Acquisition Sourcing Management, Acquisition Management, 441 G Street, NW, Washington, District of Columbia, 20548
- ZIP Code
- 20548
- Solicitation Number
- GAO-11-N-0028
- Archive Date
- 9/1/2011
- Point of Contact
- Adrienne C Walker, Phone: 202-512-2932, Carmencita D. Jones, Phone: 202-512-6475
- E-Mail Address
-
walkerac@gao.gov, jonescd@gao.gov
(walkerac@gao.gov, jonescd@gao.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13, and 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. GAO anticipates award of a fixed price contract for a base year (starting date of award) plus four (4) option periods. This combined synopsis/solicitation is organized in nine parts: 1. Background; 2. Period of Performance; 3. Scope of Work; 4. Requirements and Deliverables (Technical Approach); 5. Pricing Schedule; 6. Evaluation Criteria; 7. Applicability of FAR Provisions; 8. Format of Proposal; 9. Points of Contact. 1. BACKGROUND The U. S. Government Accountability Office is seeking a contractor to replace the current paper/PDF version of GAO Clippings with a daily digital version of the service. This service should capture mentions of GAO in the news from all media categories (print, broadcast, web-based, etc.). 2. PERIOD OF PERFORMANCE The period of performance of this contract shall have a base plus four (4) option years as follows: Base Year: September 15, 2011 through September 14, 2012 Option Year 1: September 15, 2012 through September 14, 2013 Option Year 2: September 15, 2013 through September 14, 2014 Option Year 3: September 15, 2014 through September 14, 2015 Option Year 4: September 15, 2015 through September 14, 2016 3. SCOPE OF WORK The contractor shall replace the current paper/PDF version of GAO Clippings with a daily digital version of the service. It should capture mentions of GAO in the news from all media categories (print, broadcast, web-based, etc.). Contractor must certify that it can provide the following: • Daily human review of product content each delivery day to ensure relevancy, accuracy, and compliance with GAO requirements prior to delivery. • Unlimited access to video content (no restrictions on number of viewings). • Delivery of product by 7:30 AM on business days (Monday through Friday, excluding federal holidays). Articles published during the weekend should be incorporated into the Monday release. Articles published on a federal holiday should be incorporated into the release of the next business day. 4. REQUIREMENTS AND DELIVERABLES (TECHNICAL APPROACH) The product should: • Use a search strategy that includes all iterations of GAO's name and other appropriate terms (e.g. Government Accountability Office, GAO, General Accountability Office, General Accounting Office, Government Accounting Office, Comptroller General, Gene Dodaro, Eugene Dodaro). • Examine news content according to GAO-prioritized media sources categories: Tier 1, Tier 2 and Tier 3. Daily product should include results from Tier 1 & Tier 2 sources. Material from Tier 3 sources should be included as appropriate. If there are more than 35 appropriate items for a day's issue, items from Tier 3 sources should be removed. • Arrive by 7:30 AM on business days (Monday through Friday, excluding federal holidays). Articles published during the weekend should be incorporated into the Monday release. Articles published on a federal holiday should be incorporated into the release of the next business day. • Have a maximum of 35 items (e.g, articles, blog posts, and/or Twitter mentions). • For each item, provide a short summary along with a direct hyperlink to the item's full content. • Eliminate duplicate articles and segments (e.g., wire stories, video clips distributed to broadcast affiliates, etc.) • Utilize human review of product content to ensure relevancy, accuracy, and compliance with GAO requirements prior to daily delivery. • Provide unlimited access to video content (no restrictions on number of viewings). • Be viewable in a Blackberry and other mobile device friendly formats. • Distribute daily product via email to approximately 150 GAO staff and allow GAO to post a link to the product on the GAO Intranet for 3000+ employees. Tier 1 o Major national newspapers (e.g., New York Times, Washington Post, Wall Street Journal, USA Today) o Major national broadcast & cable television news channels (e.g., ABC, CBS, NBC, PBS, Fox News, CNN, MSNBC) o Major national radio (e.g., CBS Radio, NPR) o Major news weeklies (e.g., Time, Newsweek, Forbes, The Economist, Bloomberg Business Week, etc.) o Major DC/federal government focused publications (e.g., CQ, National Journal, Roll Call, The Hill, Federal Times, Government Executive, Federal News Radio) o Blog postings that criticize, question, and/or negatively treat a GAO product or legal decision Tier 2 o Major US regional newspapers (e.g., Los Angeles Times, Boston Globe) o Local TV and radio broadcast affiliates (e.g., WUSA, WAMU) o Major web-based publications (e.g., Huffington Post, Politico, Daily Beast, Talking Points Memo, Daily Caller, Salon, Slate) o Twitter comments that are highly retweeted and/or otherwise receive significant attention Tier 3 o Trade publications specific to a particular industry/sector (e.g., Communications Daily, Education Week, Aviation Daily) o Web-based publications not included in Tier 2 o Blog postings not included in Tier 1 o Twitter comments not included in Tier 2 o Other sources not included in Tier 1 and Tier 2 5. PRICING SCHEDULE Offerors shall propose a fixed price for the base plus four (4) option years. Period of Performance Price/Cost A. Base Year: September 15, 2011 through September 14, 2012 $________ B. Option Year 1: September 15, 2012 through September 14, 2013 $________ C. Option Year 2: September 15, 2013 through September 14, 2014 $________ D. Option Year 3: September 15, 2014 through September 14, 2015 $________ E. Option Year 4: September 15, 2015 through September 14, 2016 $________ TOTAL COST FOR ITEMS A THROUGH E $____________ 6. EVALUATION CRITERIA GAO will make award to the responsible offeror whose offer conforms to the specific requirement and is most advantageous to the GAO. Technical factors and cost or price will be considered. For this solicitation, technical quality is more important than cost or price. This requirement will be evaluated on the sample product provided, references, and the fulfillment of the requirements (technical approach). As proposals become more equal in their technical merit, the evaluated costs or prices become more important. o SAMPLE PRODUCT - Offerors must provide a sample product that illustrates the weekday monitoring of GAO's media coverage for one weekday of their choosing between Aug 2 and Aug 17, 2011. The sample should be delivered in a format compatible with the requirements described in the Requirements and Deliverable section of this solicitation. The sample must not be a screenshot, a mock-up, or a partial presentation of the product. The sample product must be representative of what would be provided as if it was a real day of monitoring. The sample product must be e-mailed to Adrienne C. Walker at, walkerac@gao.gov and Carmencita D. Jones at, jonescd@gao.gov. o REFERENCES - GAO will evaluate information that describes the offeror's past performance experience monitoring both government and private industry news coverage (government preferred). Offerors should provide five (5) references where same or similar work has been performed within the last three (3) years. Documentation shall include names, current addresses, current telephone numbers, current email addresses, and contract numbers. GAO reserves the right to verify all references. 7. APPLICABILITY OF FAR PROVISIONS The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offerors - Commercial Items. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions. Proposals will be evaluated in accordance with FAR Provisions 52.212-2, Evaluation of Commercial Items, price and other technical factors considered. FAR 52-249-2, Termination for Convenience of the Government (Fixed-Price). 8. FORMAT OF PROPOSALS: Offerors must provide questions, clarification, or request additional information in writing no later than 12:00 (noon), Monday, August 8, 2011. Offerors must submit proposals no later than 12:00 (noon), Wednesday, August 17, 2011. Offerors with a Federal Supply Schedule (FSS) Number (GS#_______), may also apply. Proposals must be sent by electronic mail to Adrienne C. Walker, walkerac@gao.gov and Carmencita D. Jones, jonescd@gao.gov. Proposals must contain:1) the name, address, and telephone number of the offeror; 2) Representations and Certifications at FAR 52.212-3; 3) technical proposal addressing GAO's technical requirements; 4) sample product; 5) completed pricing schedule; 6) identification of at least 5 references, where same or similar work has been performed. 9. POINTS OF CONTACT: Adrienne C Walker, U.S. Government Accountability Office, Acquisition Management, Room 6B46, 441 G. St. NW, Washington, D.C. 20548; telephone: 202-512-2932, FAX 202-512-3999; email: walkerac@gao.gov and Carmencita D. Jones, U.S. Government Accountability Office, Acquisition Management, Room 6B46, 441 G. St. NW, Washington, D.C. 20548; telephone: 202-512-6475, FAX 202-512-3999; email: jonescd@gao.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GAO/GAOAM/GAOAM1/GAO-11-N-0028/listing.html)
- Record
- SN02518329-W 20110804/110802234930-122d49c1e11559a872b7d82abde59f4f (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 |