Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

D -- NEWS SUMMARY AND NEWS CLIP SERVICES

Notice Date
3/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503
 
ZIP Code
20503
 
Solicitation Number
EOPOA-25010
 
Response Due
3/11/2005
 
Archive Date
3/26/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 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. The solicitation number is # EOPOA-25010 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular # 26, effective January 19, 2005. The NAICS code is 519190. The contract will be firm, fixed-price for a base period of one year and four (4) one-year option periods. STATEMENT OF WORK: Contractor shall provide two separate news summary/briefings, The White House News Summary (WHNS) and the Office of National Drug Control Policy News Briefing (ONDCPNB), focused on each organization and supported by associated clips. Services are required seven days a week for the WHNS, and Monday through Friday for the ONDCPNB. REQUIREMENTS FOR NEWS SUMMARIES: The summaries shall focus on news from (1) Newspapers: The Washington Post, Wall Street Journal, New York Times, Washington Times, USA Today, Los Angeles Times, Detroit News, New York Post, Baltimore Sun, Miami Herald, Chicago Tribune, Seattle Post-Intelligencer, Atlanta Constitution-Journal, the Boston Globe; (2) Newswires: AP, Reuters, Bloomberg, Dow Jones, UPI; (3) Television: national news from ABC, CBS, NBC, PBS, CNN and MSNBC; and (4) Weekly news publications: Newsweek, TIME, and U.S.News & World Report. Contractor must also monitor the nation?s remaining media, including most regional and local newspapers, local TV news, Internet news, relevant specialty press, and some overseas press, for unique or breaking stories. The briefing documents for both the WHNS and the ONDCPNB must be written in a manner that informs staff completely without forcing them to read redundant or irrelevant information such as would be found in the original full-text stories. To accomplish this, the Contractor will (1) use its expertise regarding the White House and ONDCP to find potentially relevant stories from the sources described above, and will use both keyword search and manual-search methodologies to ensure completeness; (2) review the stories and apply an understanding of policy and other news topics that relate to the missions of the White House and ONDCP; (3) determine which aspects of each story, if any, are important for the respective briefings; (4) organize this relevant material by topic; and (5) weave that information into new, concise, multi-source stories or, where appropriate, condensed single-source summaries. Each briefing must be prepared using experienced analytical abilities; include an interactive cover index organized by subject matter; include hypertext links in each write-up to the original media source when available, and be available for redistribution to all employees of the Executive Office of the President (EOP). REQUIREMENTS FOR CLIPS: Contractor shall prepare clips packages derived from, and suitable to serve as backup to, the WHNS and ONDCPNB. Clips will include the full text of print articles referenced in the briefings and full transcripts of relevant network news stories. The WHNS will be accompanied by two clips packages; the first organized by media outlet and the second arranged so the order of clips matches the sequence of stories in the briefing. The ONDCPNB will be accompanied by a single clips package, organized to match story sequence in the ONDCPNB. DELIVERY REQUIREMENTS: All services shall be performed fast enough to ensure the WHNS and ONDCPNB include the most current news, including the news from that morning?s newspapers and TV broadcasts from the previous 24 hours. The WHNS and clips shall be delivered seven days a week, by email to the White House Press Office by 6:20 am Eastern Time (ET) Monday through Friday and by 9:30 am ET on Saturday and Sunday. It shall be simultaneously published to a IP-protected web site hosted by the contractor and made available to all EOP staff. On short notice, the WHNS may require additional versions of the briefings to be prepared as early as 1:00 am ET, for example, to capture news releases when the President travels overseas. The ONDCPNB shall be delivered by email by 7:45 am ET, Monday through Friday to the ONDCP?s Office of Public Affairs. PROPOSAL REQUIREMENTS: Proposals shall consist of the following: (1) a Technical Capabilities Statement limited to 5 pages. Offerors shall also provide one sample of a news summary and clips package with suggested news categories/content headings (i.e, National News, International News, etc.). As part of this requirement, offerors shall demonstrate their capability to provide a news summary/clip service within the required timeframes by providing a web site and password so that the Government can verify the offeror?s capability for delivery. The Government will notify the offeror when the web-site test will begin. (2) Past Performance references for relevant and recent work for three to five commercial or Government clients. Relevant is defined as work similar in complexity and magnitude. Recent is defined as within the last three years. Descriptions are limited to 2 pages for each reference. Include points of contract, organization and phone number for each past performance reference. (3) Price --Offerors shall provide separate firm fixed-pricing for the WHNS and the ONDCPNB. Services shall be charged on a monthly basis for a base period of one year and four (4) one-year option periods. Proposals shall be evaluated on technical capability, past performance and price which are equal in importance. Estimated base year start date is April 1, 2005. Options shall be exercised in accordance with FAR 52.217-9, Option to Extend the Term of the Contract. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Evaluation?Commercial Items (evaluation criteria stated above). All offerors shall include with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certifications?Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions?Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders?Commercial Items, and the following additional clauses in cited in FAR 52.212-5: 52.222-3 Convict Labor; 52-233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-19, child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Workers with Disabilities; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The FAR clauses may be found at the following website: http://www.arnet.gov/far. Advertising of Award. The contractor shall not refer to this award in commercial advertising, or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President, the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the contractor is restricted from reproducing the image(s) of the White House or the EOP in any form of commercial advertising, or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings is a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer. Limited Distribution and Use of Certain Data and Information. (a) Performance of this contract may require the Contractor to have access to and use of data and information which may be considered proprietary by other customers, or which may otherwise be of such a nature that its dissemination or use, other than in performance of this contract, would be adverse to the interests of the Government and others. (b) The Contractor agrees that Contractor personnel will not divulge or release data or information developed or obtained in connection with the performance of this contract until made public by the Government, except to authorized Government personnel, or upon written approval of the COTR. (c). Except as may be otherwise agreed to with a data owner, the Contractor further agrees it will not use, disclose or reproduce proprietary data belonging to customers and which bears a restrictive legend, other than as required in the performance of this contract; provided, however, that nothing herein shall be construed as: (1) precluding the use of any such data independently acquired by the contractor without such limitation; or (2) prohibiting an agreement at no cost to the Government between the contractor and the data owner that provides for greater rights to the contractor.(d) The Contractor shall include the above clause (paragraphs a b and c) in all subcontracts. Restriction Against Disclosure. The contractor agrees in the performance of this contract to keep all information supplied by the Government and all information obtained in conducting the research in the strictest confidence, said information being the sole property of the Government. The contractor agrees not to publish, reproduce, or otherwise divulge such information in whole or in part, in any manner or form, nor authorize others to do so, taking such reasonable measures as are necessary to restrict the information to those employees who must have the information to perform the work provided herein. Contractor employees shall sign the Restriction Against Disclosure Statement. The contractor shall establish policies and procedures to implement the substance of this Clause at the individual employee level which will assure that affected employees are made aware of the contract provisions and the Contractor?s implementing policies and procedures. Particular attention will be given to keeping employees advised of the statutes and regulations applicable to the handling of other Contractor confidential financial data. Proposals are due no later than 12:00 noon, March 11, 2005 via email to lroscoe@oa.eop.gov or by fax to 202-395-3982, attention Lynnae Roscoe. Your entire proposal must be received by the closing time in order to be considered. Questions may be directed to Lynnae Roscoe at lroscoe@oa.eop.gov.
 
Place of Performance
Address: Executive Office of the President; 725 17th Street, NW; Washington, DC
Zip Code: 20503
Country: USA
 
Record
SN00761349-W 20050304/050302212546 (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.