SOLICITATION NOTICE
B -- Digital Engagement Impact in China - Statement of Work for Digital Engagement Impact in China
- Notice Date
- 8/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-S-15-00068
- Archive Date
- 9/1/2015
- Point of Contact
- Seneca B. Belinfontie, Phone: 2022034944, Herman Shaw, Phone: 202-382-7856
- E-Mail Address
-
sbelinfo@voanews.com, hshaw@bbg.gov
(sbelinfo@voanews.com, hshaw@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Digital Engagement Impact in China Solicitation for Digital Engagement Impact in China BBG50-S-15-00068 (i) 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 separate written solicitation will not be issued. (ii) The solicitation number BBG50-S-15-00068 is issued as a Request for Proposal (RFP) for a firm-fixed price Commercial Item contract. A contract will be awarded using simplified acquisition procedures in FAR Part 13 and Commercial Items in FAR Part 12. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Circular FAC 2005-072, dated July 2, 2015. The Broadcasting Board of Governors (BBG) requires a Contractor to provide BBG Digital Engagement - individual response to or engagement with BBG originated content - and impact on in-country media - measured as pickups of content or mentions of reporting - as critical performance indicators. These measures are technically feasible to get in open digital environments, but are impossible to rigorously gather in closed Internet environments like China. This proposal supports the organizational priority of measuring the impact of digital operations by measuring how often and by whom BBG reporting is mentioned on social networks. In addition, the agency would like to explore the possibility of using social networks to measure the impact of traditional broadcast programming. The scope of this Statement of Objectives shall focus on China, monitoring BBG content in Mandarin from RFA and VOA for 6-week periods. See Statement of Work for more details. (iv) This acquisition is being solicited as Full and Open Competition. The associated NAICS Code for this procurement is 541910. (v) The Broadcasting Board of Governors (BBG), Office of Contracts (CON) located in Washington, D.C. anticipates establishing a contract for commercial items. The contractor shall provide BBG with weekly reports on pickups and mentions of monitored content, and shall provide an analysis of online behavior surrounding BBG content in China, including censorship or take-downs of content. The Mandarin services at RFA and VOA will work with contractor to identify key content to monitor for 6-week periods, see attached Statement of Work (SOW). The Statement of Work has three tasks: Task 1 is monitoring with setup, Task 2 is analytical services based on concurrent monitoring, Task 3 is monitoring after initial setup, and Task 4 is analytical services without concurrent monitoring. (vi) The period of performance will be determined at time of award. The Contractor shall submit an invoice electronically for services provided according to the Statement of Work (SOW). See attached SOW for more details. (vii) FOB destination. See attached Statement of Work for more descriptions. (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. (ix) The Government will award this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical, past performance, and price in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: •1. Technical: includes all of the information required. •2. Price: The offeror's initial offer should contain the offeror's best terms from a price standpoint as the Government does not plan to hold discussions. •3. Past Performance, checking the validity of what they have accomplished. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM. Quotes must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addendum applicable. (xii) 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; 52.222-3 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); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy 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) (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-3 Continuity of Services; and, 52.242-17 Government Delay of Work. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Failure to provide any of the above-required information may result in the rejection of your proposal. Quotes shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing and only via email to Seneca Belinfontie at sbelinfo@voanews.com. Written questions must be submitted before 2:00 p.m. Eastern Daylight Time on August 7, 2015. ALL PRICE QUOTES, QUALIFICATIONS AND PAST PERFORMANCES MUST BE SUBMITTED ELECTRONICALLY TO sbelinfo@voanews.com BEFORE THE CLOSING DEADLINE BELOW. Requests for Proposals are due to Seneca Belinfontie, Contracting Specialist, Broadcasting Board of Governors, Office of Contracting, 330 Independence Ave., S.W., and Room 3400. Washington, DC 20237 before 2:00 p.m. Eastern Daylight Time on August 17, 2015. (xvi) Contact: Seneca Belinfontie, Contract Specialist, email: sbelinfo@voanews.com. All responsible sources may submit an offer that will be considered by the Agency. Telephone inquiries will not be accepted. Please submit all questions via email to Contract Specialist sbelinfo@voanews.com. Questions must be received by Friday, August 7, 2015 by 2:00 pm Eastern Time. Questions received by the timeframe established above will be posted on FBO Notice under BBG50-S-15-00068. Questions which are submitted in writing after the August 7, 2015 2:00 pm eastern time deadline will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-S-15-00068/listing.html)
- Place of Performance
- Address: Office of Research, 330 Independence Ave., S.W. Room 3265, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN03821886-W 20150805/150803235904-71694acf1a68f2d64cf4acb3262e983a (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 |