Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2005 FBO #1186
SOURCES SOUGHT

B -- Survey

Notice Date
2/22/2005
 
Notice Type
Sources Sought
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
HHSF223200510012C
 
Response Due
3/9/2005
 
Archive Date
3/24/2005
 
Description
This announcement is a Sources Sought Synopsis. Its purpose is to generate responses from qualified 8(a), HUBZONE, veteran-owned, or small business companies, which have the interest and ability to establish a flexible information collection vehicle, i.e., survey, to provide the FDA with the means to elicit timely quantitative consumer information of interest expeditiously and on an as-needed basis. Occasionally, the Government may determine it is necessary for a task to collect consumer information using both quantitative and qualitative methodologies. For each task, the Government shall specify a mode of data collection, which includes but is not limited to, telephone, Web-based, Internet, mail, face-to-face, mail panel, Web panel, mall intercept, computer-assisted-self-administered interviewing at mall interview facilities, eye-tracking, and mixed-mode. The NAICS code for this procurement is 541910. A five year indefinite delivery indefinite quantity type contract is anticipated. Contractors must submit a capability statement describing their company?s experience and ability to: 1. Develop a sampling design and generate samples accordingly, per specifications provided by the Government (e.g., respondent universe, target size of completed interviews, over-sampling, mode of data collection); 2. Conduct cognitive interviews to pretest an initial draft instrument provided by the Government which includes: a. Recruiting participants, b. Selecting a location in the Metropolitan Washington, D.C. area to facilitate participation by Government representatives, c. Providing consultation on interview probes and procedures, d. Delivering audio tapes, written or electronic records of each interview, and a written report of findings and recommendations; 3. Design and develop the instrument, e.g., Computer-Assisted-Telephone-Interview instrument, Web pages, and graphic images, based on Government-provided draft questionnaire, concepts, prototypes, samples, materials, and related requirements; 4. Conduct pretests of a preliminary final draft instrument provided by the Government which includes: a. Implementing the pretests using the same mode of data collection as the survey, b. Selecting a location in the Metropolitan Washington, D.C. area to facilitate participation by the Government c. Providing consultation on issues pertinent to the instrument and survey implementation; 5. Conduct interviewer training in which interviewers and their supervisors are introduced to the purpose and details of a survey and interviewers practice reading the instrument; 6. Conduct interviews which includes: a. Sending Contractor?s cover letters or notices accompanied by Government-provided pre-notification and reminder notices to prospect respondents with known physical or e-mail addresses, b. Conducting refusal conversion, c. Conducting short interviews of selected substantive and demographic questions with respondents who refused twice to participate or who quit the interview before completing the full instrument, d. Conducting continual monitoring of interviews and data, including but not limited to, sample dispositions, quota fulfillment, interviewer performance, and data completeness and consistency; e. Delivering disposition reports and ?quit? reports at Government-specified frequencies; the disposition reports should follow current disposition codes specified by the American Association for Public Opinion Research (AAPOR); f. Validating at least ten (10) percent of completed interviews; g. Delivering interim data and programming codes of completed interviews up to a Government-specified date during the field period; 7. The contractor shall deliver the following: a. Audio tapes, written or electronic records of each cognitive interview and a written report of cognitive interview findings and recommendations, b. Disposition reports and ?quit? reports at Government-specified frequencies; the disposition reports should follow current disposition codes specified by the American Association for Public Opinion Research (AAPOR), c. After completion of interviews and within a Government-specified period, the contractor shall provide i. a methodology report, including the final response rate calculated per current AAPOR Response Rate 3 formula ii. a sample weight report and programming codes, iii. records of contact attempts and outcomes for each completed interview, iv. data files and programming codes per Government specifications, v. banners per Government-specified classifications; 8. Take all necessary measures to ensure the confidentiality of data; 9. Assist the Government in arranging the service of subject matter or methodology experts, usually academics, in reviewing instruments, methodology, and analyses; 10. Assist the Government in securing proprietary data collected and maintained by a third party; and 11. Provide other technical assistance as needed and specified by the Government. Interested offerors shall provide (1) a summary list of similar work previously performed or being performed; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement; resumes for proposed key personnel should be included; (3) any other specific and pertinent information as pertains to this Sources Sought Notice that would enhance FDA?s consideration and evaluation of the information submitted. Responses must reference Request for Information (RFI) number HHSF223200510012C and include the following: (1) name and address of firm, (2) type of business (i.e.: small business, small disadvantaged 8(a) certified, HUBZONE, woman-owned small business, small disadvantaged business (not 8(a) certified), veteran-owned small business, disabled veteran owned business, etc.) (3) two points of contact: name, title, phone, fax and e-mail, (4) DUNS number, (5) NAICS codes, (6) contractor?s capabilities statement which provides the information stated above, (7) list of customers covering the past 5 years including a summary of similar work performed, contract number, contract type, dollar value for each customer, reference and customer point of contact with phone number, and title of individual and (8) a statement that the contractor has registered in the central contractor registration (ccr) data base (http://www.ccr.gov). THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST ARRIVE ON OR BEFORE THE CLOSING DATE OF MARCH 9, 2005.
 
Place of Performance
Address: Contractor Site
 
Record
SN00755813-W 20050224/050222211650 (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.