Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOURCES SOUGHT

B -- Group Interviewing

Notice Date
2/28/2005
 
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
HHSF223200510013C
 
Response Due
3/14/2005
 
Point of Contact
Megan Gnall, Contract Specialist, Phone (301) 827-7167, Fax (301) 827-7103, - Hamilton Brown, Contract Specialist, Phone (301) 827-7043, Fax (301) 827-7101,
 
E-Mail Address
mgnall@oc.fda.gov, hbrown@oc.fda.gov
 
Description
This 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., group interviewing, to provide the FDA with the means to elicit timely qualitative 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 qualitative and quantitative methodologies. For each task, the Government shall specify a mode of data collection. The mode of data collection is usually face-to-face. The Government may specify other modes, such as online or telephone. The size of group may range from three participants (i.e., triad), eight-to-ten participants (as in a conventional focus group), to more than a dozen participants. 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 recruitment plan per specifications provided by the Government (e.g., respondent universe, number of participants, special criteria for inclusion); 2. Over-recruit sufficiently to obtain Government-specified number of participants regardless of the number of “no-shows”; 3. Specify the amount, nature, and method of payment of incentives to participants and over-recruited individuals; 4. Provide consultation on recruitment, Government-provided moderator guide, and other matters pertinent to a task; 5. Provide graphic design services for visual materials used in groups and per prototypes or samples provided by the Government; 6. Conduct group interviews per moderator guide, number of groups, number of participants, mode and site specified by the Government; the site for the initial groups shall be in a location in the Metropolitan Washington, D.C. area to facilitate observation by the Government; 7. Provide consultation on moderator guide, visual materials, or both, before, during and after the end of each group or wave of groups when a task requires multiple runs of interviewing; 8. After completion of all groups, the contractor shall deliver: a. Audio tapes of each group, b. Video tapes of each group, c. A transcript of each group, d. A written interpretational report of all groups; 9. Conduct follow-up interviews when a task requires post-design monitoring and evaluation; 10. Take all necessary measures to ensure the confidentiality of data; 11. Assist the Government in arranging the service of subject matter or methodology experts, usually academics, in reviewing instruments, methodology, and analyses; 12. Assist the Government in securing proprietary group interview findings collected and maintained by a third party; and 13. 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 HHSF223200510013C 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 14, 2005 SUBMITTED BY EMAIL, COURIER, OR U.S. POSTAL SERVICE TO THE ATTENTION OF MEGAN GNALL AT THE ABOVE STATED ADDRESS. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/FDA/DCASC/HHSF223200510013C/listing.html)
 
Place of Performance
Address: Contractor's site
 
Record
SN00829941-F 20050616/050614213126 (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  © 1994-2020, Loren Data Corp.