Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

D -- News Summary and News Clip Services

Notice Date
9/6/2006
 
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
OVP-S-06-001
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 # OVP-S-06-0001 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 #2005-12 effective August 4, 2006. 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. The proposed contract is 100% set aside for small business concerns. STATEMENT OF WORK The contractor will provide a news summary/briefing focused on the Office of the Vice President News Clips (OVPNC). The service will be for the internal use of employees of the executive Office of the President, Office of the Vice President. No outside distribution will be allowed. Services are required seven days a week, to be delivered by email. The contractor will monitor print and broadcast news for mention of the Office of the Vice President (OVP). The monitoring will be done using professional news editors/analysts. Contractor will utilize several news-aggregation tools, including proprietary systems if available, and overlapping services. It is important that the contractor sensibly filters the vast amount of information available each day in the most efficient way, and to appropriately monitor the news so that all important references are included. The best practices used to monitor the news will be determined by the contractor. Sources 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, MSNBC, FOXNEWS; and (4) Weekly news publications: Newsweek, TIME, and U.S. News & World Report. The 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. Format for News Summaries: The documents for OVPNC 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 OVP 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 related to the missions of the OVP; (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: (6) be prepared using experienced analytical abilities; (7) include an interactive cover index organized by subject matter; (8) include hypertext links in each write-up to the original media source when available, and (9) be available for redistribution to approximately 110 OVP employees. Other news requirements: (1) Print news shall be presented in full-text form. (2) Television News: shall be just those portions of the transcript that relate to the Vice President. The successful vendor?s editors shall make judgments about each article or broadcast to determine if the mention of the Vice President should be included in the media-monitoring package. News that merely mentions the Vice President in passing would not typically be included. Stories with substantive information would be included. (3) Special Schedules: When the Vice President is on travel/ outside the metro Washington, D.C. area, the contractor shall focus coverage of local television on broadcast markets in the travel areas. Delivery: The contractor shall deliver the print and broadcast news service 7 days per week and by 6:45 a.m. via email to a designated Executive Office of the President employee. All of the above tasks must be performed fast enough to ensure OVP has the most current news, including that from that morning's newspapers and TV broadcasts from the previous 24 hours. The contractor's editorial operations must also be extremely flexible because the OVP may require, on short notice, that additional versions of the briefing be prepared and that those versions be delivered on deadlines as early as 1:00 a.m. Eastern Standard Time when, for example, the Vice President travels overseas/outside the continental United States. PROPOSAL REQUIREMENTS: Proposals shall consist of the following: (1 ) A technical capabilities statement limited to 5 pages which describes the offeror's capability to meet the requirements stated above. (2) A sample news summary and clips package with suggested news categories/content headings. To demonstrate this capability, offeror must provide access to a web-site which includes electronic samples of the briefing and clips, no later than 6:45 a.m. for a period of 5 days. The Government will advise the offeror when the test web site will be used. (3) Past performance references to include contact name, phone number and description of services provided. Reference descriptions shall be limited to 1 page each. (4) Firm fixed monthly price to include all services described above for services beginning October 1, 2006. Include pricing for the base year and each option year. EVALUATION: Evaluation shall be made on the best value, considering technical capabilities, sample news summary, references, and price. 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; 52.217-9 Option to Extend the Term of the Contract. The FAR clauses may be found at the following website: http://www.arnet.gov/far. The following EOP specific clauses shall be included in the awarded contract: (1) Restriction Against Disclosure: The contractor agrees, in the performance of this delivery order, to keep the information contained in the source documents furnished by the EOP in the strictest confidence, said information being the sole property of the EOP. The contractor also agrees not to publish, reproduce or otherwise divulge such information, in whole or in part, in any manner or form, nor authorize or permit others to do so, taking reasonable measures as are necessary to restrict access to the information, while in his or her possession, to those employees who must have the information, to perform the work provided herein, i.e. on a "need-to-know" basis, and agrees to immediately notify the Contracting Officer in writing, in the event the contractor determines, or has reason to suspect, a breach of this requirement. All employees will be required to sign a "Restriction Against Disclosure" statement. (2) Prohibition of 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 (EOP), 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 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 are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer. Proposals are due no later than 12:00 noon EST, September 18, 2006 via email to mcassidy@oa.eop.gov or by fax to 202-395-3982, attention Moyra Cassidy. Your entire proposal must be received by the closing time in order to be considered. See Numbered Note 1.
 
Place of Performance
Address: Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, DC, 20503,
Zip Code: 20503
Country: UNITED STATES
 
Record
SN01135587-W 20060908/060906230648 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.