|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132U.S. Information Agency, International Broadcasting Bureau, Office of
Personnel and Administration, Contracts and Procurement Division,
B/PA/AC, Room 1645, 330 Independence Ave., S.W., Washington, DC 20547 B -- NATIONAL AUDIENCE SURVEY OF KENYA SOL n/a POC Contact
Point/Contracting Officer: Gloria Sweetney, Contracting Officer, (202)
619-1623 (Voice)/(202) 205-1921 (FAX). This public notice is also a
written Request for Quotation (RFQ) No. B/PA-98-21 pursuant to
procurement of the required services as described below using the
"Simplified Acquisition Procedures" specified in Part 13 of the Federal
Acquisition Regulation (FAR). Price quotations submitted in response to
this RFQ that exceed the Simplified Acquisition Threshold (as specified
in FAR Subpart 2.101, Definitions) will not be considered as responsive
to this RFQ. The U. S. Information Agency's International Broadcasting
Bureau (USIA/IBB) has a requirement, subject to the availability of
funds, for a contractor to obtain quantitative data on the size,
composition, and media habits of the audience for Voice of America
(VOA) broadcasts in Kenya. Quoters are herein requested to submit
written price quotations and technical capabilities/experience
information for conducting a national audience survey as outlined
below. SECTION A: SURVEY REQUIREMENTS 1) Nature of Survey. Audience
data shall be obtained through a national survey of Kenya that is
designed to obtain the most accurate possible information about: the
number of regular (i.e. weekly) and occasional listeners to VOA's
broadcasts; the demographic characteristics and geographical
distribution of the audience; the size of the regular and occasional
listening audience for other international and domestic broadcasters;
and general patterns of media use. The interviews will be face-to-face
and they will be conducted in the home of the respondent by a trained
interviewer. VOA will require demographic information on each
respondent; including: gender, age, native language, ethnicity,
education, occupation, and area of residence. 2) General
Responsibilities of Contractor. The contractor shall be responsible for
the project design, translation, formatting, pretesting, adaptation,
and printing of the Government (IBB) supplied questionnaires;
developing a Sampling Plan; training interviewers; supervising
fieldwork; cleaning and encoding survey responses; entering and
processing the data; ascertaining the representativeness of the sample
and weighting the data, if necessary; preparing cross-tabulations in
data-books; submitting data on diskettes; and communicating all
necessary audience survey information and results to the Government
(IBB) in a timely manner. 3) Sample Design. Interested quoters are
herein requested to submit price quotations for a sample of 1,500 and
2,000 adults, age 15 or older, representative by ethnicity, gender,
region (urban vs. rural), age, and education of the national
population. Approximately half of the interviews shall be carried out
in urban regions in order to allow more precise estimates of media use
patterns in those areas, with final allocation of the sample to be
determined jointly by the contractor and the Government. Weights shall
be derived and applied to the data by the contractor in order to
adjust for this disproportionate sample allocation (in addition any
other post-stratification weights employed to bring the sample into
conformity with the demographic characteristics of the entire
population.) If, in the professional judgement of the quoter, certain
regions of the country cannot be surveyed for logistical or security
reasons, the quoter's price quotation shall so state this situation,
providing the Government with specific reasons for proposed exclusion
of these regions, and the quoter's written estimate of the size of the
population that would be excluded from the survey. The sample shall be
drawn using recognized statistical probability methods, all the way
down to the selection of the individual respondent at the household
level. Only one individual per household shall be selected, and at
least three attempts shall be made to interview selected respondents
before any substitutions for the respondents are allowed. A detailed
statistical "Sampling Plan", including stratification criteria,
description of the sampling frame, listing of anticipated Primary
Sampling Units (PSU), approximate number of interviews in each PSU,
procedures for selecting households within PSUs, and procedures for
selecting individual respondents at the household level, shall be
submitted to and approved by the Government prior to commencement of
any fieldwork. The Sampling Plan shall also include a description of
the training and instructions to be provided to the fieldwork team. 4)
Questionnaire. The Government will supply a set of questions prepared
by the Government (IBB) for an interview of approximately 45 minutes,
consisting of approximately 70 questions (in English), up to 5 of
which may be open-ended. This questionnaire will be provided to the
contractor in draft form for suggestions and comments, based on the
contractor's knowledge of local cultural and/or political
sensitivities. Following receipt of the contractor's comments, the
Government (IBB) will finalize the text of the questionnaire for
translation by the contractor into any vernacular languages that are
agreed upon by the Government and the contractor as being required for
successful administration of the survey. The contractor shall prepare
translations of the questionnaire in all languages agreed upon, and
the contractor shall submit these translations to the Government for
its approval prior to the contractor' conducting a pretest. The
contractor shall be responsible for compiling a comprehensive list of
both local and international broadcast media available in the local
environment of the areas to be surveyed. This information will be used
to compile a precoded list of stations on the survey and shall be
submitted to the Government (IBB) for approval prior to finalization of
the questionnaire. Following the Government's review of any contractor
comments and the Government's final approval of translations of
questionnaires, the contractor shall prepare final versions of the
questionnaires in English and other languages as agreed to in a form
suitable for use by interviewers. 5) Pretest. The questionnaire shall
be pretested by the contractor prior to the commencement of the
fieldwork. At least 25 pretest interviews shall be conducted by the
contractor. The contractor shall provide the Government with a written
report of the results of the pretest, along with details of any
problems encountered and any suggested remedies, prior to the
commencement of any fieldwork. 6) Fieldwork. Interviews shall be
conducted by experienced field workers who shall be thoroughly briefed
by the contractor prior to commencement of any fieldwork. The
contractor shall ensure that interviewers are thoroughly familiar with
household and respondent selection procedures, call-back procedures,
and the structure of the questionnaire, including routing and
filtering. Interviewer training shall include practice sessions in
administering the questionnaire. A minimum of 10% of the interviews
shall be back-checked, and 5% of the interviews shall be accompanied by
a team supervisor. Quoter's responses to the RFQ shall include a
description of the professional qualifications of the proposed
interviewers, and a description of the specific training that shall be
provided to interviewers to ensure their proper understanding of the
survey instrument. 7) Data Processing. The contractor is responsible
for data-entry, cleaning, and processing. The contractor shall provide
printed tabulations of survey results, including percentage responses
to all questions broken down by gender, age group, education level,
and urban/rural status. Tabulations shall show the weighted and
unweighted base for each question. The contractor shall supply data to
the Government as an SPSS portable (*.por) or SPSS for Windows (*.sav
-- Version 6.1 or lower) file with a complete data-dictionary of
variable names. The contractor shall also supply raw data on computer
diskettes in ASCII fixed format with accompanying codebook identifying
the locations of all variables and the coding scheme. There shall be
one data-record for each respondent, and records shall be of fixed
length. If weights are used, weighting factors shall be in the same
position on each record, with location specified in the codebook. Each
record shall include a unique respondent ID number, interviewer ID
number, PSU ID number, and codes for the precise location and date of
each interview, and whether the interview location was categorized as
urban or rural. Each record shall include demographic information about
the respondent, including: gender, exact age, education level,
occupation, and ethnicity. In addition to exact age, the record for
each respondent shall be coded by age-group as follows: 15-24; 25-39;
40+. This coding scheme shall be the age categories used in the printed
tabulations mentioned above. 8) Technical Appendix. When delivering
printed tabulations and raw data, the contractor shall provide a
"Technical Appendix," which shall include the following items: -A
complete Sampling Plan, including list and maps of PSUs and individual
sampling points, and number of interviews conducted at each sampling
point -Details of response rates -Interviewer instructions -A brief
report onsurvey operations, including any practical difficulties
encountered by the contractor in conducting out the survey -The
estimated sampling error -The weighting scheme, including details of
how weighting factors were developed and applied by the contractor, as
well as the demographic data on which weights were based. 9) Summary
of Deliverables. See the preceding paragraphs for detailed descriptions
of specific requirements for each contract deliverable. The four
Deliverables to be provided to the Government by the contractor under
this contract are as follows: a. Raw data from the survey compiled on
computer diskettes. b. A complete data-set of all survey responses
formatted as a SPSS file. c. Printed tabulations of all survey results.
d. A Technical Appendix. 10) Delivery Schedule. The contractor shall
perform the work under this contract in accordance with the following
Delivery Schedule: a. Provision of the detailed Sampling Plan to the
Contracting Officer within 2 weeks of the contractor's receipt
ofconfirmation of contract award. b. Submission of translated
questionnaires within 2 weeks following the contractor's receipt of the
Government's draft questionnaire. c. Pretesting to be completed and a
Pretest Report submitted to the Contracting Officer by the contractor
within 2 weeks of the Government's approval of the questionnaire
translations. d. After pretesting and the Government's approval of the
contractor's Pretest Report, interviewing fieldwork shall begin within
2 weeks and shall be completed by the contractor within an additional
8 weeks. e. Cleaned, verified, and processed data, and a final
"Audience Survey Report" shall be delivered to the Contracting Officer
not later than 6 weeks after conclusion of all fieldwork (See
Subsection A.6, Fieldwork). SECTION B: SUBMISSION OF RESPONSES TO THE
RFQ (i.e., PRICE QUOTATIONS AND TECHNICAL INFORMATION) In the event
that all price quotations for the work specified in this RFQ
significantly exceed the Government's (IBB) budget, the Government
reserves the right to reduce the scope of the work specified herein.
This action could include reduction in the overall sample size and/or
restriction of the geographical universe covered during the survey.
Each quoter's response to this RFQ shall include sufficient
quantitative/qualitative information on the following technical items
to enable the Government to objectively evaluate the quoter's
capabilities/experience to successfully perform the work specified in
above Section A of this RFQ: a. A detailed description of the proposed
research methodology to be used by the contractor for this work,
including a specific listing of organizations the contractor shall use
for performing fieldwork (if subcontractors are to be used by the
contractor); b. Current information on the qualifications of the
quoter's office and field staff who will participate in performing the
work specified in above Section A of this RFQ; c. Specific information
on the quoter's past experience in conducting media research and survey
research in Kenya and other East and Central African countries; d. A
detailed description of the proposed "Fieldwork Plan", including the
contractor's proposed "Sampling Plan" and sampling procedures, the
number and type of sampling points, and the manner in which interviews
shall be allocated across the population of the region covered in the
survey; and e. A schedule showing the time required for each phase of
the project, consistent with the "Delivery Schedule" specified in
above Subsection A.10. SECTION C: SPECIFIC TIMETABLE Upon contract
award, the contractor will be provided by the Government with a
specific "Timetable", including the contractor's Delivery Schedule
prepared in accordance with above Subsection A.10, for the contractor's
use in completing all phases of the work; as agreed to between the
Contracting Officer and the contractor; and also including the exact
dates when each portion of the work shall be completed. This Timetable
will be based on the schedule submitted by the contractor (as
specified at the end of above Section B) with its price quotation, with
any modifications to this Timetable being mutually agreed upon by the
contractor and the Contracting Officer. If delays in the work are
required due to circumstances beyond the contractor's control, the
reasons and anticipated length of such delays shall be immediately
reported to the Contracting Officer. Unless written approval is granted
by the Contracting Officer, all Deliverables shall be received by the
Contracting Officer by the dates specified in the Timetable. SECTION D:
SELECTION CRITERIA A contract (i.e., Purchase Order) award will be made
by the Government based on: A) the quoter's Technical
Capabilities/Experience (for which there are five (5) equally weighted
subcriteria); and B) the quoter's Price quotation. Of the two
Selection Criteria, Technical Capabilities/Experience is the
significantly dominant criterion over the Price criterion. The
Technical Capabilities/Experience subcriteria are as follows: 1.
Demonstrated experience in conducting quantitative and/or qualitative
research on broadcast media. 2. Demonstrated experience in conducting
survey research and/or focus groups in Kenya and other East and Central
African countries. 3. Quality of the proposed sampling technique. 4.
Quality of the proposed procedures for data collection, entry, and
verification. 5. Ability to complete the project in a timely manner by
complying with Subsection A.10, Delivery Schedule. Each response to
this RFQ shall also include a schedule showing the key project
milestone dates (i.e., project start-date; completion date; dates of
key events within a project activity; beginning/ending dates, etc.). In
addition to specifically addressing the above-stated technical items,
a quoter's response to this RFQ shall also provide technical details on
any proposed subcontractors who would be engaged to work on this
project. Omission of any of the above-requested information pertaining
to the quoter and/or any subcontractors proposed by the quoter in
performing this contract, will weigh against the quoter during the
Government's evaluation of the quoter's response to this RFQ. Firms
interested in the above described work are requested to submit their
responses to this RFQ (i.e., Technical Capabilities/Experience and
Schedule information, and Price quotation) by the close of business
(5:00 p.m. EST), Wednesday, July 29, 1998, and they shall reference
this RFQ No. B/PA-98-21 in their transmittal letter to the Contracting
Officer. All questions (technical or otherwise) by a prospective
quoter regarding this RFQ shall be in writing. Any questions and the
quoter's complete written response to this RFQ (including Price
quotation) shall be sent directly and only to the Contracting Officer
for this procurement, Ms. Gloria Sweetney, via facsimile at (202)
205-1921. The Price quotation submitted as part of a quoter's response
to this RFQ shall be on a separate page from the above -requested
Technical Capabilities/Experience and Schedule information. In addition
to the quoter's proposed Total Contract Price, the quoter's Price
quotation shall be further broken down into the following component
prices: a) preparation work; b) fieldwork; c) data processing; d)
report preparation; and e) miscellaneous. The Contracting Officer has
found and determined that this proposed work is appropriate for an
"unrestricted" procurement pursuant to FAR Subpart 19.502 (Setting
Aside Acquisitions). All responsible sources may submit a quotation
which will be considered. Posted 07/06/98. (0187) Loren Data Corp. http://www.ld.com (SYN# 0009 19980708\B-0004.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|