Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

R -- Consumer and Retail Food Markets Program

Notice Date
11/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW Suite 580C, Washington, DC, 20024-2142
 
ZIP Code
20024-2142
 
Solicitation Number
05-3K06-777
 
Response Due
11/15/2005
 
Point of Contact
Jehad Salameh, Contract Specialist, Phone 202-720-6531, Fax 202-720-3987, - Anthony Wimbush, Supervisory Contract Specialist, Phone (202) 720-3998, Fax (202) 720-3987,
 
E-Mail Address
jsalameh@ars.usda.gov, twimbush@ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 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. This solicitation #05-3K06-777 is issued as a Request for Proposals (RFP). This acquisition is being issued as full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 541910. The Government intends to issue multiple awards, Indefinite Delivery, Indefinite-Quantity (IDIQ) contracts. The Contractor shall provide support services to the USDA, Economic Research Service (ERS) for the Consumer and Retail Markets Program related to the ERS mission. The duration of the contracts shall be twelve (12) months from the date of award and the contract/orders shall include four (4) 1-year options to be exercised at the sole discretion of ERS pursuant to Clause 52.217-9, Option to Extend the Term of the Contract-Mar: 2000. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) Circular 2005-06. Terms and conditions applicable to this solicitation are FAR 52.212-1, Instructions to Offerors - Commercial Items-Jan 2005; 52.212-2, Evaluation-Commercial Items-Jan 1999; 52.212-3, Offeror Representations and Certifications-Commercial Items-Mar 2005. Offerors must include a completed copy of this provision with their offer [this form is available on the internet at http://www.arnet.gov/far]; 52.212-4, Contract Terms and Conditions-Commercial Items-Oct 2003; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items-Jul 2005. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.216-18, Ordering-Oct 1995; FAR 52-216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity-Oct 1995; FAR 52.216-27, Single or Multiple Awards-Oct 1995; 2FAR 52.217-5, Evaluation of Options –July 1990; FAR 52.217-8, Option to Extend Services-Nov 1999; FAR 52.217-9, Option to Extend the Term of the Contract-Mar: 2000; FAR 52.219-8, Utilization of Small Business Concerns-May 2004; FAR 52.222-21, Prohibition of Segregated Facilities-Feb 1999; FAR 52.222-26, Equal Opportunity-Apr 2002; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-Dec 2001; FAR 52.222-36, Affirmative Action for Workers with Disabilities-June 1998; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-Dec 2001; FAR 225-13, Restrictions on Certain Foreign Purchases-Mar 2005; FAR 232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-Oct 2003. All quotes are to be sent to the attention of Mr. Jehad Salameh, USDA, ARS, AFM, APD, 1280 Maryland Avenue, SW, Suite 580-C, Washington, DC 20024. All proposals must be received no later than 3:00 pm on November 15, 2005. Proposals may be e-mailed to jsalameh@ars.usda.gov. Enclosed is RFP No. 05-3K06-777 for Consumer and Retail Food Markets Program related to the ERS mission. You are requested to submit a proposal in accordance with the following instructions and attachments: Instructions to offerors; Attachment I - Price schedule, Clauses, Specific terms and conditions; and Attachment II - Statement of Work (SOW). I. Instructions to Offerors: Proposals should be prepared in two parts: technical and price. A. Technical Proposal Instructions: Proposals shall address and convey an understanding of all of the requirements as set forth in the Statement of Work. Offerors must submit an original and two copies of a technical proposal. Proposals may include any of the following, if applicable: Key personnel and resumes; quantities/hours of personnel by labor category; labor category qualifications of any new labor categories to be used for the task orders; and any requests for consent to use subcontractors. For each past performance experience within the past three years, offerors are to submit the following: 1. Name of project; 2. Name of Customer/Organization; 3. Name, address, telephone number of project contact; and 4. Dollar value of project. Evaluations may include telephonic reference verification of the past performance information. B. Price Quote Instructions: Offerors must submit an Original and two (2) copies. This section shall consist of the offeror’s fully loaded fixed unit price for each labor category that may be utilized when providing the required services. The total price (including labor, supplies, equipment, materials, travel, transportation, & any other costs) of performing subsequent task orders will be determined on an individual task order basis. II. Evaluation Methodology: Offeror’s technical proposals will be evaluated against the following criteria. They are stated in descending order of importance: a. Offeror’s past performance in performing similar or related services and unique experience working with ERS food market research; b. Offeror’s knowledge of food purchase and consumption patterns and these change as people ages; knowledge of providing real time information on consumer reactions to unforeseen events and disruptions, current market trends and events, and government policies; knowledge and understanding of individual attitude and knowledge toward healthful eating that will influence food choices, dietary status, and health outcomes; and knowledge of the market dynamics of food safety, c. Offeror’s ability to collect historical and current data and analytical intelligence on consumption of foods at and away from home to examine consumer attitudes and market trends that will affect consumers’ diet and health; and d. Price. III. Award Determination: Technical merit plays a significant role in determining award. All evaluation factors other than price, when combined, are significantly more important than price. The Contracting Officer shall determine what technical merit and prices promises to be the best value to the Government. Award will be made to the proposals which offer the greatest value and is most advantageous to the Government. Attachment I: Price Schedule: PRICE SCHEDULE: The Schedule - Supplies or Service and Prices: Item No., Labor Category, Fully Burdened Hourly Rate, at a minimum, for each of the possible labor category potentially to be used and total price for base and option periods; Addendum to 52.212-4: I. PERIOD OF PERFORMANCE: The Period of Performance is: Base period: 11/20/05 to 11/19/06; If exercised: Option I: 11/20/06 to 11/19/07; Option II: 11/20/07 to 11/19/08; Option III: 11/20/08 to 11/19/09; Option IV: 11/20/09 to 11/19/10. II.CONTRACT ADMINISTRATION: The Contracting Officer is the only person authorized to approve changes. This authority remains solely with the Contracting Officer. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and NO adjustment will be made in the contract price to cover any INCREASE incurred as a result thereof. A.The Contractor point of contact is: (To be inserted at time of award); B. The Government points of contact are as follows: Contracting Officer: Anthony S. Wimbush; Phone: (202) 720-3998; Fax: (202) 720-3987; C. Contract Administrator: Jehad Salameh; Phone: (202) 720-6531; Fax: (202) 720-3987; D. Contracting Officer’s Representative (COR): (Name: To be inserted at time of award); Phone: (TBD); Fax: (TBD); III. MONTHLY PROGRESS REPORT REQUIREMENTS: Deliverables will be specified in individual task orders; however, the Contractor shall submit a monthly report as follows: 1. The Contractor shall submit a monthly progress report by the 15th day of each month, covering work accomplished during that period. The progress report shall be brief and factual and shall include the following information: a. COVER PAGE; containing: - Contract number and title; Type of report; sequence number of report, and period of performance being reported; Contractor’s name and address; Author(s); and Date of report; b. A description of overall progress plus a separate description of each task or other logical segment of work on which effort was expended during the report period. The description shall include pertinent data and/or graphs in sufficient detail to explain any significant results achieved; c.A description of current technical or substantive performance, and any problem(s) which may impede performance along with proposed corrective action. 2. One copy of the report will be delivered to the COR and one copy to the Contract Administrator. IV. PAYMENT/ INVOICE PREPARATION: 1. The contractor shall submit an Original invoice with 3 (three) copies to the following government office: (To be inserted at time of award of individual task orders) 2. The invoice shall be in accordance with 52-212-4. Note: A courtesy copy of each invoice shall be mailed to the Contracting Officer’s Representative (COR). V.PAYMENTS BY ELECTRONIC FUNDS TRANSFER, FAR Clause 52.232-33 – Oct 2003 is incorporated by reference and requires the submission of information by the contractor to the payment office. Upon award, the contractor(s) shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the Contractor for payment under EFT. NFC can be reached at 1-800-421-0323. VI. AGAR 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988; VII. AGAR 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988): VIII. ORGANIZATIONAL CONFLICT OF INTEREST: IX. FAIR OPPORTUNITY TO BE CONSIDERED: The Government shall provide each contractor with a “fair opportunity to be considered” for each task order unless one of the exceptions cited at FAR 16.505(b); X. OTHER DIRECT COSTS: Other direct costs (ODCs) incurred in performance of this contract shall be negotiated prior to issuance of any task order and will be awarded on a firm-fixed price basis; XI. TASK ORDER PROCESS: Step 1: Customer prepares Task Order Package (TOP); Step 2: Customer submits package to Contracting Officer(CO) for review and approval; Step 3: Upon approval by CO, and in accordance with IX, the requirement is sent to the contract(s) to prepare a technical and price proposal; Step 4: Customer reviews proposals and evaluates; Step 5: After evaluation, if required, hold discussions; Step 6: Customer submits evaluation package to CO for approval and recommendation for award; Step 7: the Government will award to the offeror representing the best overall value to the Government on the basis of the evaluation factors described in the individual task order; Step 8: Customer monitors contractor progress and when applicable, accepts required deliverables and approves invoices for payment; Step 9: Task order completed. All deliverables accepted and payments disbursed and received: Step 10: Closeout task order; XII. SUBMISSION OF TASK ORDER PROPOSALS: a. Technical Proposals: Proposals shall address all requirements of the statement of work. Other items may be included in the technical proposal, if applicable: Key personnel and resumes; quantities/hours of personnel by labor category; labor category qualifications of any new labor categories to be used for the task orders; and any requests for consent to use subcontractors.; b. Price Proposals: A fax/hard copy and/or electronic media proposal may be required. This area of the proposal shall include detailed price amounts for all resources required to accomplish the task (i.e., labor hours, equipment, travel, etc). As a minimum, the following information will be required: 1. original price proposal; 2. labor categories and fully burdened rates in accordance with the Price Schedule, and the number of hours required to perform the tasks; 3. Other direct costs; and 4; If applicable, a list of subcontractors to be used in performance of the task and the respective hours and associated costs; ATTACHMENT II, Statement of Work: The United States Department of Agriculture (USDA) provides leadership in food, agriculture, natural resources, and related issues based on sound public policy and the best science available. The Economic Research Service (ERS), as the lead economic research arm of the Department, has responsibility to conduct economic research supporting the mission of the Department. This responsibility includes conducting research and providing information to Department officials on economic issues related to food safety, nutrition and health (including factors related to food choices), consumption patterns at and away from home, food prices, food assistance programs, nutrition education, and food industry structure. While some of this research can be accomplished using publicly available data, some issues may require collection of new data. Departmental policy officials often manage and address the effects of unforeseen food and agricultural market developments such as large swings in sales volume, prices, or quantities purchased of major food products without the most up-to-date market information. During high-profile events, such as BSE or sales declines of orange juice consumption, access to up-to-date data and information on consumers’ intentions and market transactions is particularly critical. Publicly available data on price and quantity of purchased and consumed foods are not available for households in consistent fashion, and the available data are not current. The USDA’s disappearance data system provides annual consumption estimates for several hundred commodities. Consumption is based on production data and dates back to 1909. The data are used to analyze trends and shifts in food consumption, to calculate the nutrient content of the food supply, and to compare the composition of the food supply with dietary recommendations. The data provide national averages only and the lag between data collection and release has averaged about two years. The U.S. Labor Department’s Bureau of Labor Statistics has conducted an annual Consumer Expenditures Survey since 1980. This series provides information on the spending patterns of American households from a nationally representative sample of 5,000 households. The survey provides a breakdown on spending for food at home but no information on quantities or prices. The lag between data collection and release averages about a year. The yearly National Health and Nutrition Examination Survey (NHANES), a joint USDA and Health and Human Services activity, collect dietary intake data on a nationally representative sample of 5,000 individuals. The survey provides information on food intake by individuals, where food was purchased and eaten and, for sampled persons only, personal, economic, and demographic characteristics. The data are used to examine who eats what in America, to compare intake with dietary guidelines, to analyze effects of individual characteristics on food consumption, and to link food intake with health outcomes. The data does not include food prices and there is a 2-year lag between data collection and release. A primary objective of the research program is to understand food purchase and consumption patterns of consumers and how these change as people age, households change, new products are introduced, and new information is acquired; identify and develop consistent strategies for consumers in various demographic groups and regions to effectively adopt the Dietary Guidelines for Americans; better understand the market dynamics of food safety and other consumer health issues; and understand links between foods, physical activity and health outcomes; quickly survey consumers about new issues or developments. Another key objective of the program is to provide real-time information on consumer reactions to unforeseen events and disruptions, current market events, and government policies. When markets are shocked, effective management of market impacts require a solid understanding of how consumer reactions would be linked to actual food purchases, sales, consumption, and price information. Finally, the program seeks to understand how individual attitudes and knowledge and healthful eating affect food choices, dietary status, and health outcomes. Consumer and Market Trends: Data needs consist of historical and most recent updates on prices, quantities sold, and total sales volume for various food products (see attached list) on a national, regional, and market (where available) basis across the U.S. for foods consumed either at or away from home. These data would be used to: Examine trends in the retail food market; Identify differences in food prices across markets in the U.S.; Measure the impact of food purchasing behavior on food prices, accessibility, services, and assortment; Compare measures of food purchase behavior to measures of food purchase behavior in the Consumer Expenditure Survey; Determine the types of foods that U.S. households purchase by demographic segment with specific focus on low-income households and how they differ from other demographic groups; Identify the prices that households pay for foods purchased and how household demographics, including income, affect prices paid and quantities purchased; Assess how low-income households differ in the food choices they make and the prices that they pay for food. In addition, historical and current purchase data are need at item level for food consumed either at or away from home that are based on a demographically and geographically representative sample of U.S. households. These data will be used to implement research in such issues as: Investigating the impact of USDA's National Organic Program on product differentiation and household demand for differentiated milk products (organic, non-rBGH, and conventional); Identifying what price households pay for foods purchased and how household demographics, including income, affect prices paid and quantities purchased; Identifying differences in food prices across markets in the U.S. and analyze the impact the increasing number of alternative retail outlets for food on food prices and accessibility; Investigating the effect of different tastes and preferences across households on food demand; and Measure the impact of consumer food purchasing behavior on food prices, accessibility, services, and assortment. These issues require transaction-level information that would cover food purchases by each household for all restaurants and all food store outlets available to a household and identify the store and restaurants from which each item or meal is purchased. In addition, all available descriptions such as ‘organic’, ‘non-RBST’, ‘genetically-engineered’, ‘GE’, ‘non-GE’, and/or ‘non-RBGH’ should be clearly identified. Research would depend on (1) full knowledge of sampling and expenditure weights in order to aggregate measures both nationally and per local market for individual food products and aggregated food groups, and (2) a complete description of sample design. In addition to sample weights and design, other relevant data (such as strata and clusters) drive the research. A data description dictionary that provides a full explanation of any abbreviated terms in the data and a listing of all the available common characteristics are particularly important. All information on household demographics and l outlet details are significant components of successful research implementation. For food-away-from-home issues, recipes (when available) are critical. Food Consumption Special Reports: Historical and current data and analytical intelligence on consumption (rather than purchase) of foods at and away from home are needed to examine how consumer attitudes and market trend and fads affect consumers diet and health. For this purpose, consumption data for members of a demographically and regionally representative sample of US household along with rich demographic, including dietary and attitudinal, information is needed. Special Requests for Consumer and Market Information: Responding to requests for specific product, brand, or outlet information or anticipating key issues relating to specific foods, customized analyses will be require to examine in detail at a specific product or sub-group of food items for foods consumed either at or away from home. For example, a report may contain detailed information on the retail trends in orange juice sales or report changes in the type and frequency of beef sales by region by various household (or individual), or restaurant characteristics. In addition, ERS would seek ad-hoc, drill-down analyses on the impacts of specific policy concerns or unexpected events on specific foods or meals, market conditions, demographic groups, or any combination of the above-mentioned items. For example, the influence of low-carb diets on sales of bakery products, restaurant foods, and new product and meal introductions at retail stores and restaurants. Non-proprietary or syndicated analyses or publications on issues of interest could also be considered. Special requests can quickly provide analytical information on high-profile issues, particularly as they relate to consumers’ attitude and health and knowledge information. Special requests often call for collecting primary data from panel members on their perceptions, intentions, and attitudes with respect to unforeseen disruption or high-profile market events. Such information is needed to examine how consumer intentions would impact the market, or match consumers’ actual purchases in the market place. Non-proprietary or syndicated analyses or publications on these issues would also be of interest. List of aggregate Categories: cereals products, flour and prepared flour mixes, breakfast cereal, rice, pasta, cornmeal; bakery products, bread, fresh biscuits, rolls, muffins, cakes, cupcakes, and cookies, other bakery products; beef and veal, uncooked ground beef, uncooked other beef, pork, processed fresh, other pork, other meats; poultry, chicken, other poultry including turkey; fish and seafood, fresh fish and seafood, processed fish and seafood; eggs; fairy and related products, milk, cheese and related products, ice cream and related products, other dairy and related products; fruits and vegetables, fresh fruits and vegetables, fresh fruits, apples, bananas, citrus fruits, other fresh fruits, fresh vegetables, potatoes, lettuce, tomatoes, other fresh vegetables, processed fruits and vegetables, canned fruits and vegetables, frozen fruits and vegetables, other processed fruits and vegetables including dried nonalcoholic beverages and beverage materials, juices and nonalcoholic drinks, carbonated drinks, frozen noncarbonated juices and drinks, non-frozen noncarbonated juices and drinks; beverage materials including coffee and tea, coffee, other beverage materials including tea, sugar and sweets, fats and oils, butter and margarine salad dressing, other fats and oils including peanut butter, soups, frozen and freeze dried prepared foods, snacks, spices, seasonings, condiments, sauces baby food, all other miscellaneous foods Travel: Any travel will be determined by ERS and will be in accordance with the Federal Travel Regulations. Travel is expected not-to-exceed $4,200 per contract year. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-FEB-2006, 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.fbo.gov/spg/USDA/ARS/PPBDC/05-3K06-777/listing.html)
 
Place of Performance
Address: ERS, 1800 M Street, NW, Washington, DC
Zip Code: 20036
Country: USA
 
Record
SN00980335-F 20060205/060203214730 (fbodaily.com)
 
Source
FedBizOpps 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.