Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

R -- Operational Support for DMDC Survey

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
31704-3019
 
Solicitation Number
M6700404R0030
 
Response Due
2/26/2004
 
Archive Date
3/27/2004
 
Point of Contact
Pam Franklin (229)639-6742 John House, Code 892, (229)639-6741
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This is also a notice of intent that the Government intends to negotiate a sole-source order to Data Recognition Corporation under the authority of FAR 6.302-1(a)(2)(iii). This announcement constitutes the only solicitation. The North American Industry Classification System (NAICS) for the requirement is 541910 and the size standard is $6.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. The Statement of Task consists of: STATEMENT OF TASK (SOT) 1. TITLE: Survey Operations for the April 2004 Status of Forces Survey of Reserve Component Members (SOFR0404) 2. GENERAL: a. Background. The Status of the Forces Surveys are sponsored by the Office of the Under Secretary of Defense (Personnel and Readiness). b. Sample and Procedures. The sample for SOFR0404 is 55,800. The questionnaire will be administered on a Web site hosted by the contractor. The survey Web site is to be online from the time of the mailing of the first notification through the delivery of the final datasets. Prior to the survey administration, the Web site will announce the time the survey is expected to be posted and collect contact information. For 3 business days after the announced date of closing the collection period, the Web site will continue to collect data. Thereafter, the site will thank sample members and provide information such as the date the survey was closed and when/where results can be obtained. The contractor will provide clear documentation showing what was done in constructing the database to allow for comparison with subsequent administrations of surveys. Target dates for the activation and official closing dates for SOFR0404 are 5 April 2004 and 10 May 2004. Target date for the actual closing of the Web site for data collection is 03:00 eastern time on 13 May 2004. c. Notifications and Reminders. (1) The notification letter will be postal mailed ten (10) workdays before the Web site is to be activated for survey data collection. Three workdays before the Web site is to be activated for survey data, an initial reminder will be postal mailed to the sample. (2) Within eighteen workdays of mailing the notification letters and seven workdays before the Web site is to be closed for data collection, second and third reminders, respectively, will be postal mailed to all nonresponders. The control system generating these letters is to be updated f or Web receipts to determine nonresponders and a tape cut for the letters as of the morning of the second business day before the day the letters are to be delivered to the post office. (3) A request shall be offered in both notification letter and initial reminders for sample members to provide updated E-mail and postal addresses and eligibility information on the Web site. (4) Postal mailings will include a cover letter and a tri-fold brochure providing a Web address for the survey, the date the survey will be available, and a unique ticket number for each person. (5) During the fielding period, reminders will be e-mailed to nonresponders approximately every 5 days. (6) Re-mailings due to PNDs will continue until the third business day before data collection is to officially close on the Web site. (7) For the May 2003 Status of Forces Survey of Reserve Component Member s (SOFR0305), the size of each stage of the mailing process expressed as a percent of the sample size were (when counting remailings to better addresses for postal nondeliverables): 105% for notifications and for the three reminders, 105%, 84%, and 73%, respectively. d. Questionnaire. The questionnaire will be similar in scope to the September 2003 Status of Forces Survey of Reserve Component Members (SOFR0309). The contractor shall host the survey on a secure Web site. 3. OBJECTIVE: The objectives of this effort are to collect data for the SOFR0404, to create documented databases that are ready for analysis, including analytical variables, and to perform administrative functions to prepare for related Status of Forces Surveys. 4. SCOPE OF WORK: The contractor shall provide all operational support activities with the specifications and limitations in this SOT, includi ng documentation requirements and government-furnished property. a. Assemble/Obtain/Store materials. Each postal notification will contain a survey brochure supplied by the contractor and customized to display (on a business-card sized area perforated for easy separation) the person’s name, ticket number, and the survey Web site and dates. The brochure is to be a 4-color process printed on 8 ½” by 11” 90# vellum bristol or index stock paper trifolded to 3 ½” by 8 ½”. b. Responses to an item asking for an e-mail address for notification of availability of the results shall be used to notify respondents of results from the SOFR0404. 5. DELIVERABLES AND REPORTING REQUIREMENTS: a. For all preliminary, interim, and final reports and datasets, the contractor shall provide one (1) copy of the report as a Word for Windows (vers 8.0) file on CD/ROM and two (2) copies of the r eport printed from this file. b. The following are requirements of this delivery order: (1) Initial Project Planning Meeting. There shall be a meeting between the contractor and the Contracting Officer’s Representative (COR) within one (1) week of the Effective Date of the Contract (EDOC). The purpose of that meeting shall be to exchange any information necessary for performance of the delivery order, review the management plan and Survey Control System (SCS) outlines, and ensure smooth coordination. (2) Management Plan Draft. Within two (2) weeks of the EDOC, the contractor shall deliver the draft management plan. (3) Revised Management Plan. The revised management plan shall be delivered within five (5) workdays of Government review of the draft. (4) Monthly Progress Reports. Monthly letter progress reports documenting the technical status of the project shall be submitted by the 15th of the month following the month reported upon. (5) Proof of Mail-outs. Within two (2) weeks of receiving (a) the file of names and address for the sample and (b) COR approval of the management plan (including the SCS), but no sooner than two (2) weeks before starting date for the Web survey, the contractor shall begin sending the notification letters. At the end of the mailouts, the contractor shall provide the proof of mailout for the notification and reminder letters. These proofs are due the first week after the end of mailings. (6) Weekly Tracking Reports. During the entire mailing period, these reports shall be E-mailed to the COR every Monday. The first report shall summarize information for the notification mailout. (7) Daily Activity Reports. Web activity will be reported each work day starting the day after notifications are mailed through 5 workdays after data collection has ended on the Web site. (8) Twenty (20) Record Check. Within five (5) workdays of receiving the final Web survey test site, the government will provide the contractor with an updated coding scheme and at least twenty (20) records constructed to test the html Web site. Within five (5) workdays, the contractor shall provide both a raw dataset (with a file layout) and SAS dataset edited in accordance with the DMDC coding scheme. (9) Fifty (50) Record Check. Once at least 50 respondents have submitted their survey answers, the contractor shall provide at least fifty (50) records in a SAS dataset edited in accordance with the most up to date DMDC coding scheme. The contractor shall also provide the raw data streams keyed into the Web site. (10) Interim Web Returns Datasets. No later than twelve (12) hours after closing of the We b survey, the contractor shall supply the first interim SAS dataset of Web survey responses merged with required SCS and constructed variables. The dataset shall include a PROC CONTENTS and one-way frequencies. (11) Draft Final Web Returns Datasets and Documentation. No later than two (2) weeks after the government approval of all edits to the interim datasets, the contractor shall provide the draft final datasets and documentation. (12) Final Web Returns Datasets and Documentation.. No later than two (2) weeks after the government review of the draft final datasets and documentation, the contractor shall provide the final datasets and documentation. 6. PLACE AND PERIOD OF PERFORMANCE: a. Anticipated period of performance. Eight (8) months. b. Anticipated level of effort. 2.0 professional staff. c. Anticipated travel. None. 7. GOVERNMENT-FURNISHED PROPERTY: The government will provide: a. Sample file of names and initial postal and e-mail addresses to the contractor on CD. b. Text for letters and E-mails, camera-ready signatures, and samples of letterheads. c. Survey content, and an annotated questionnaire with a coding scheme. e. At the contractor’s servicing postal facility a Permit Imprint account for mailings to the survey sample and a Business Reply Mail account for survey returns. f. 8. SCHEDULE OF DELIVERABLES: Deliverable QTY Due by: 1. Initial Planning Meeting 1 LO 1st week after EDOC 2. Draft Management Plan 1 LO 2nd week after EDOC 3. Revised Management Plan 1 LO 1st week after COR review 4. Monthly Letter Progress Reports 1 LO 15th day of month starting month after revised manag ement plan 5. Proof of Notification Mail-out 1 LO 1st week after final mailings 6. Weekly Tracking Reports 1 LO Each Monday during mail- out 7. Daily Activity Reports 1 LO Daily during Web fielding 8. Twenty (20) Record Check 1 LO 1st week after receipt of surveys and draft coding scheme 9. Fifty (50) Record Check 1 LO 2nd day of Web data collection 10. Interim Returns Dataset 1 LO Day Web survey closed 11. Draft Final Web Returns 1 LO 2nd week after receipt of Datasets and Documentation government approval of all edits to Interim Web returns datasets 12. Final Web Returns 1 LO 2nd week after government Datasets and Documentation review of d raft final Web returns datasets and documentation EDOC is Effective Date of Contract The following FAR clauses/Provisions apply: 52.212-1, Instructions to Offerors, Commercial Items; 52.212-3, Offeror Representations and Registrations , Commercial Items; 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (incorporating 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government); 52.219-6 Alt I, Prohibition of Segregated Facilities; 52.222-26,Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans ; 52.222-36, Affirmative Action for Works with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor, Cooperation with Authorities and Rem edies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-36, Payment by Third Party; 52.223-6, Drug-Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000,Offeror Representations and Certifications, Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of payments Program;252.232-7003, Electronic Submission of Pa yment Requests; 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications, Commercial Items. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. The United States Marine Corps utilizes WAWF-RA as its ONLY authorized method to electronically process vendor requests for payment. You MUST utilize this system, which will pr ovide you with immediate status of your invoice and subsequent payment. If your business is not currently registered to use WAWF-RA, please visit the WAWF-RA website at https://wawf.eb.mil. This notice of intent is not a request for competitive proposals. All capable proposals received within 5 calendar days after date of publication of this synopsis will be considered by the Government. All potential offerors must be registered in the Central Contract Register (CCR) to be eligible for award. Information on CCR registration may be obtained by calling 1-888-227-2423 or via the internet at www.ccr.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The RFP number is assigned for administration purposes only and no solicitation document exists. If no additio nal responses meeting the Government’s requirements are received within 5 calendar days after publication of this synopsis, a contract will be placed without further notice with Data Recognition Corporation. Offers are to be submitted by 3:00 p.m. local time, February 26, 2004, to the Contracts Department (Code 892), ATTN: Pam Franklin, Fax # (229)639-6722. For information regarding the solicitation, please contact Mrs. Franklin at telephone number (229) 639-6742, facsimile number (229) 639-6722.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67004/M6700404R0030/listing.html)
 
Record
SN00527237-F 20040222/040220232410 (fbodaily.com)
 
Source
FedBizOpps.gov 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.