Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
SOLICITATION NOTICE

R -- Research Analyst/Database Administrator - Price Schedule - SF - 1449

Notice Date
5/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-R-12-0010
 
Archive Date
6/29/2012
 
Point of Contact
Myria Carpenter, Fax: 202-382-7870, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-1449 Price Schedule (i) This is a combined synposis/solicitation for commerical items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitues the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. BBG50-R-12-0419 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-058, dated April 18, 2012. (iv)This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 541720 and the small business size standard is $19.0M. (v). The contractor shall provide the Contract Line Items (CLIN) as shown in the uploaded Standard Form (SF) 1449. (vi.) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) located in Washington, D.C. has a requirement for a contractor to update and maintain the Agency's database of over 1,400 affiliates for the Agency's radio and television programs around the world. The Contractor shall be responsible for ensuring that the Agency's database is complete, accurate, and up to date at all times. In addition, the Contractor shall be responsible for performing, at a minimum, the following: 1.Obtain information from the Agency's Regional Marketing Officers, Voice of America (VOA) language services, and other internal sources about affiliate contacts, programs undertaken, equipment granted, and contracts signed; 2.Input the information obtained under paragraph 1, into the Agency's database on a weekly basis. The input information shall be consistent and easily retrievable; 3.Verify the accuracy of the data received and be able to resolve any conflicts between different data sources; 4.Ensure the accuracy of broadcast schedules for the Agency's programs carried by its affiliates; 5.Respond to all queries about current affiliates and program placements; and prepare report on the queries as required; 6.Collect and provide input for annual internal compliance report for each language service; 7.Recommend and, as appropriate, and after receipt of Agency authorization implement changes to the database structure and procedures to make it more useful to in-house clients. 8.Prepare management tools and reports based on analysis of both quantitative and qualitative research data resulting from Agency commissioned research. The Contractor shall process raw data provided by the Agency's research contractors, and shall analyze such data, and prepare narrative reports and management summaries for use by the Agency management in making key strategic decisions for the Agency. The Contractor‘s management tools shall at a minimum include spreadsheets, graphics, tables, graphs, and charts designed to exhibit the scope of the Agency's work and the Agency's success in attaining its mission goals. 9.Analyze commercial data on broadcast and digital media in markets of interest to the Agency. The Contractor shall prepare regular weekly reports on media developments in key markets and shall respond to queries from in-house clients on media usage patterns. 10.Assist in the design of research projects, developing research briefs as required to adequately present the project specifications. 11.In consultation with the Agency's research director and staff, the Contractor shall organize an annual schedule of research projects for the Integrated Audience Research Project (IARP) throughout the year to ensure the delivery of final products well in advance of review dates. The Contractor shall organize and maintain a schedule of consultations with VOA services for research planning and presentation of results. 12.Shall attend all necessary meetings under paragraph 11, as well as develop detailed research briefs for each project in consultation with the research director and staff and also provide detailed guidance on project goals and methodology. 13.Shall verify the Agency's broadcast schedules and local placements of programs for language services being researched to ensure the above are readily available for focus groups and monitoring panel participants. The Contractor shall also arrange for the reproduction and shipment of programs for evaluation, when required. 14.Based on the guidance and approval of the Agency's Director of Research and in consultation with the Office of Marketing and Program Placement, the Contractor shall develop and implement an integrated affiliate database strategy. 15.Shall coordinate the gathering and distribution of all information concerning Agency affiliates, including their contact information, programs they use, the equipment they have received, and any feedback they have sent. 16.Submit throughout the period of performance a monthly report that identifies all activities including those listed above that were started and completed during each month. It is anticipated that award and base period may being on or about June 1, 2012. The base period shall run through September 30, 2012 with two (2) six month option period that is subject to the availability of funding and agency need. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested offerors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The Offerors shall demonstrate the ability and experience in providing the required services. Interested offerors shall submit with their proposal a narrative about how they will provide the services, in addition to listing similar projects with the same or like requirement, with budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the offeror's skills and experience. Offeror qualifications shall include, but not be limited to: a) prior experience; b) knowledge of international relations and political and economic developments in markets of interest to the Broadcasting Board of Governors (BBG), especially Africa and South/East Asia, as demonstrated by professional experience, academic study, or both; c) practical experience and theoretical knowledge of quantitative and qualitative research methods, as demonstrated by both academic training; d) practical experience and theoretical knowledge of quantitative and qualitative research methods, as demonstrated by both academic training and practical experience; e) knowledge of basic statistics and methods for the analysis of survey data, including thorough knowledge of commonly used statistical software such as SPSS, Stata, or SAS as demonstrated by extensive academic or professional experience in using those tools; f) possessing excellent writing and presentation skills as well as excellent organizational ability, including ability to manage individual projects on a day-to-day basis as required and g) experience in managing and organizing large volumes of complex data from multiple sources, with fastidious attention to detail and accuracy. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the requirement. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLIN shall be noted in English and United States dollars on the Price Schedule sheet uploaded to the FedBizOpps with this combined synopsis/solicitation. (ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP provides the best value to the Government. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) Capabilities Statement - The Offeror shall provide a description of their organization and its demonstrated capabilities in performing the services required. 2) Management Approach - The Offeror must provide a description of the approach that they will take to meet the requirement; 3) Offeror Qualifications - The Offeror shall provide their understanding of the requirements and ability of the Offeror to provide the required services meeting the technical requirements; [4] Past Performance - The Offeror is required to provide no more than three (3) references from previous customers for same or similar services to the requirement within the last five (5) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client's name, address, and name, email and telephone number of contact person; (ii) dollar amount of the contract; (iii) current term of the contract; and (iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance.; and [5] a separate Price Proposal showing a breakdown of the price for the above Contract Line Item Number (CLIN). Offerors shall submit their pricing on the attached sheet entitled "Price Schedule". Offerors may submit their pricing in one of three ways: 1). total price for the period of performance, 2) a daily rate or 3) a rate per assignment. Prices for all of the listed CLIN shall be noted in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. All evaluation factors other than cost or price, when combined are approximately equal to cost or price. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The successful offeror must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE The Contracting Officer will appoint by letter a Contracting Officer Representative (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED ACTIONS. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for 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 Veterans (38 U.S.C. 4212); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving; 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day before the expiration of the base period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 years. (End of clause) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Faxed or oral proposals will not be accepted. Questions must be submitted in writing to Myria Carpenter at mecarpen@bbg.gov. Written questions must be submitted by 12:00 p.m., Eastern Daylight Saving Time on May 21, 2012. Technical proposals shall be submitted with an original and two (2) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be hand delivered or sent via courier or overnight delivery before the closing deadline below. Proposals are due to Myria Carpenter, Contract Specialist, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 before 12:00 p.m., Eastern Daylight Saving Time on May 29, 2012. Contact: Myria Carpenter, Contract Specialist, email: mecarpen@bbg.gov or Facsimile 202-382-7870. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0010/listing.html)
 
Place of Performance
Address: 330 Independence Avenue, Wasington, District of Columbia, United States
 
Record
SN02745781-W 20120513/120511235005-1c1e82d6f35eeedd33ff2691f6d17406 (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 |
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.