Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
SOLICITATION NOTICE

70 -- Social Media Monitoring and Engagement Software - (Draft)

Notice Date
6/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12R0169
 
Archive Date
6/30/2012
 
Point of Contact
Michael S. Dickson, Phone: 7038756688
 
E-Mail Address
DicksonMS@state.gov
(DicksonMS@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Social Media Analytic Tool Performance Specifications Non-Disclosure Certificate Past Performance Survey Past Performance Profile The primary objective of this program is to acquire tools that will support the use of Social Media within the State Department, helping us more effectively engage with foreign populations and track conversations in the wider world. This program will provide deep analysis of topics, conversations, networks, and influencers of the global social web, with an emphasis on widely used platforms such as Facebook, Twitter, YouTube, blogs, and forums. This will help the State Department develop a strong understanding of what conversations are influential in given localities, aiding the development of proactive and reactive strategies to address existing and developing challenges. Please refer to attached Performace Specification Document. • This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. • SAQMMA12R0169 is issued as a request for proposal (RFP) • SAQMMA12R0169 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-58. • This acquisition shall be 100% set aside for small business concerns under the applicable NAICS code 511210 • Refer to attached performance specification document for description of requirements for the items to be acquired • Place of delivery and acceptance is as follows: Washington DC • FOB point shall be FOB destination • Offeror shall specify in its proposal the delivery time after receipt of order. The period of performance of this contract shall be six (6) months from the date of award (See also clause 52.217-9 below) • The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1: In addition to the requirements in provision 52.212-1, the offeror shall adhere to the following requirements. (a) Technical responses should be concise and not exceed 25 pages excluding cover page and table of contents. The cost/price response should be concise, although no page limitation is established, and shall be provided in a separate file from the technical response. (b) The Technical response shall include NO pricing information. (c) The Cost/Price response shall include NO technical approach narrative. (d) The Technical Volume should be organized as follows: (1) Cover page/table of contents. (2) Introduction that explains the overall solution and technical approach. (3) A list of clear, specific responses to each of the "Technical Requirements" listed in the Purchase Description. The offeror shall explain how its product meets the requirement and the extent to which it meets desirable functions (Desirable functions are designated with "should" in the attached performance specification document). Restating the requirement or stating that the offering "meets requirements" without supporting narrative to validate that claim may results in an unacceptable or otherwise high risk evaluation rating. (4) Conclusion or other supporting information. (5) Three (3) Completed Past Performance Profiles (Solicitation Attachment). For each Past Performance Profile submitted with its offer, the offeror should request a past performance reference to submit a completed Attachment entitled - Past Performance Survey directly to DicksonMS@state.gov no later than the closing date and time for this solicitation. (6) Offerors shall submit as part of the tech proposal a calendar of product updates, revisions, and error corrections (including detailed descriptions of each occurrence) offered to its general client base over the past three years, or at least since the initial commercial sale of the product. (7) Font should be Times New Roman size 12. Graphics may use Times New Roman size 10 or larger. (e) The Cost Response shall include all software licensing and maintenance to support the six month pilot contract period and each one year option period. The Government understands that not all licensing/pricing models are the same so offerors are requested to propose a scalable licensing/pricing model and to identify any tiered bulk or quantity discounts if applicable. (end of provision) • The provision at 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) is as follows in descending order of importance: 1. Usability: The Government shall evaluate the extent to which the offeror meets the following sections from the Performance Specification Document: Support and Training (all bullet points); 2. Foreign Language Capability: The Government shall evaluate the extent to which the offeror meets the following sections from the Performance Specification Document: Application Requirements - Language; 3. Software Functionality: The Government shall evaluate the extent to which the offeror meets the following sections from the Performance Specification Document: Application Requirements - Multiple Platform Indexing, Identify and Measure Influencers, Historical Corpus, Query Structure, Demographic Data, Geographic Data, Data Segmentation, Network Analysis, Track Event and Ongoing, Provide Relevant Results, Instant Results, Summarization of Results and Data/Text Mining, Reporting; 4. Technical Compatibility with Existing DOS Systems: The Government shall evaluate the extent to which the offeror meets the following sections from the Performance Specification Document: Technical Requirements - Operating Requirements, Delivery; 5. Schedule of/Approach to Anticipated Software Updates and Improvements: The Government shall evaluate the extent to which the offeror meets the following sections from the Performance Specification Document: Technical Requirements - Regular Updates; 6. Past Performance; 7. Price Addendum to 52.212-2: Evaluation quantities for cost/price evaluation shall be a minimum quantity of one (1) seat and a maximum quantity of five (5) seats for each selected tool during the pilot period; and a minimum quantity of one (1) seat and a maximum quantity of forty (40) seats for each option period for the duration of the contract (see also 52.217-9 below). The Government will make its award(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered, using a cost-technical trade-off best value methodology. Assumptions/exceptions contained in each offer will be evaluated as to the risk they pose to the Department's requirements. Although cost/price is not the primary evaluation factor, as technical merit becomes more equal, cost/price may become the determining factor for award. Factors 1, 2, 3 are of equal importance to each other; Factors 4 and 5 are of equal importance to each other. Technical factors, when combined, are slightly more important than price. • Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. • Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition • Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6; 52.204-10; 52.209-6; 52.219-6; 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-13; 52.232-33. • The following/ additional contract requirement(s) or terms and conditions have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: 52.216-18 - Ordering. Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through the end of the contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-22 -- Indefinite Quantity. Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the contract has been closed out. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. 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 the period of performance of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 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 5 years (months)(years). (End of Clause) Addendum to 52.217-9: During our initial six month contract period, we will be using each awarded social media analytics tool to identify and catalog social media content related to a particular topic or event in a given time period (e.g. a town hall discussion with an Ambassador or all content related to a discussion of democracy or human rights) in a specific location(s)/regions and in a specific language/languages to: 1. determine how others discuss/talk about topics of interest to us, by location(s) and language(s) 2. determine who the key discussants are (based on a variety of measures to include but not be limited to: content that is re-tweeted the most; content that generates the most engagement; re-tweets/posts others' content on this topic the most; etc.) 3. develop a list of the discussant's followers/friends/readers 4. develop a map of this network based on these key discussants and our social media properties (twitter handles, facebook pages, etc.) 5. gain greater insight into these key discussant's social footprints (other social media sites/places they use) 6. determine the size of the audience a particular message reachedand the audience's demographics (to a reasonable certainty based on open source information in their social media content) 7. determine trends in volume - amount of social media content related to the particular topic of conversation or event 8. export data to excel using standard file transfer formats and protocols 9. All of the above shall be completed while making a reasonable effort to exclude Americans from any and all analyses Following the initial six (6) month contract period, a new evaluation will be performed for each of the awarded contractors and only one contractor's option will be exercised thereafter. The reevaluation will be based on same criteria and methodology outlined in the provision at 52.212-2, Evaluation -- Commercial Items. 52.227-15 -- Representation of Limited Rights Data and Restricted Computer Software (Dec 2007) (a) This solicitation sets forth the Government's known delivery requirements for data (as defined in the clause at 52.227-14, Rights in Data--General). Any resulting contract may also provide the Government the option to order additional data under the Additional Data Requirements clause at 52.227-16, if included in the contract. Any data delivered under the resulting contract will be subject to the Rights in Data--General clause at 52.227-14 included in this contract. Under the latter clause, a Contractor may withhold from delivery data that qualify as limited rights data or restricted computer software, and deliver form, fit, and function data instead. The latter clause also may be used with its Alternates II and/or III to obtain delivery of limited rights data or restricted computer software, marked with limited rights or restricted rights notices, as appropriate. In addition, use of Alternate V with this latter clause provides the Government the right to inspect such data at the Contractor's facility. (b) By completing the remainder of this paragraph, the offeror represents that it has reviewed the requirements for the delivery of technical data or computer software and states [offeror check appropriate block]- [ ] (1) None of the data proposed for fulfilling the data delivery requirements qualifies as limited rights data or restricted computer software; or [ ] (2) Data proposed for fulfilling the data delivery requirements qualify as limited rights data or restricted computer software and are identified as follows: _____________________________________________________ ____________________________________________________ ____________________________________________________ (c) Any identification of limited rights data or restricted computer software in the offeror's response is not determinative of the status of the data should a contract be awarded to the offeror. (End of provision) The following FAR and DOSAR clauses are incorporated by reference: • 52.216-27 -- Single or Multiple Awards. (OCT 1995) • 52.227-14 -- Rights in Data - General. (DEC 2007) • 52.227-17 -- Rights in Data - Special Works. (DEC 2007) • 652.216-70 Ordering - Indefinite-Delivery Contract. (APR 2004) • 652.225-70 Arab League Boycott of Israel. (AUG 1999) • 652.225-71 Section 8(a) of the Export Administration Act of 1979, as Amended. (AUG 1999) • 652.242-70 Contracting Officer's Representative (COR). (AUG 1999) All responses to this solicitation are due no later than 11:59pm June 15, 2012 and should be submitted to DicksonMS@state.gov. Please direct all questions regarding this solicitation to Michael Dickson at DicksonMS@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0169/listing.html)
 
Record
SN02763717-W 20120603/120601235338-ec6c8e8919378165af14bef15a95af63 (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.