Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOURCES SOUGHT

R -- Public Service Advertisements

Notice Date
5/30/2008
 
Notice Type
Sources Sought
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
ROPA-08-0000
 
Response Due
6/13/2008
 
Archive Date
6/16/2008
 
Point of Contact
Johnnie M. Lewis-Banks,, Phone: 202-447-5583, Victoria D Short,, Phone: 202-447-5485
 
E-Mail Address
johnnie.lewis-banks@dhs.gov, victoria.short@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION PURPOSES ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Department of Homeland Security is conducting “market research.” The Department of Homeland Security has a possible future requirement for advertising, public relations, social marketing and partnership development for a public service advertisement (PSA) campaign. The contractor will be responsible for distributing existing PSAs until they expire in the general market, Hispanic market, and business market which include television, print, radio, internet, and outdoor advertisements. Therefore, the contractor must be able to demonstrate relationships with media organizations and public service directors as well as their established distribution channels nationwide in donated media space. This would also require assuming all the current talent obligations and meeting the Screen Actors Guild and the American Federation of Television and Radio Artists regulations and ability to do this must be demonstrated. Once these PSAs expire, the contractor will be responsible for the creation of new PSAs on a cycle basis of 2 years for television, print, radio, internet, and outdoor advertisements. A requirement of the contractor will be to utilize the expertise of top industry leaders in advertising, media, and communications fields in the development of these PSAs on a voluntary basis. Again, all talent obligations will need to meet the Screen Actors Guild and the American Federation of Television and Radio Artists regulations. In addition, one of the services the campaign provides its local and state partners is the opportunity to localize the campaign in their state or city. Therefore, the contractor must have the ability and capacity to work with these states and cities in not only tailoring the PSAs but also have the ability to help them secure media donations for this localized work. This is a requirement that will need to be demonstrated in the capability statement. The contractor will be responsible for conducting annual tracking surveys of Americans attitudes and behaviors on emergency preparedness and the Campaign’s progress. Therefore, it is important for the contractor to have experience in emergency preparedness issues and have an expertise in conducting research. As a public service advertisement campaign, the Department also requires a contractor who can distribute the campaign messages through media outreach and significant public relations effort. This includes but not limited to preparing media materials, promoting the campaign through satellite television, radio media tours, press conferences, and other activities. The contractor will be responsible for tracking these media efforts. Another responsibility and requirement of the contractor will be to assist the department in organizing and sponsoring the campaign’s largest organized effort that is a month long activity. This requires creation of marketing materials to communities nationwide to assist in their efforts in promoting emergency preparedness. Lastly, the campaign relies heavily on partnerships. Therefore, the contractor will be responsible for developing relationships with a wide variety of public and private sector as well as media and non-media organizations to distribute the campaigns message. It is a requirement for the contractor to demonstrate experience in assisting in partnership development. Firms should submit a detailed capability statement that addresses this sources sought synopsis and specifically the following areas: •The contractor must be able to demonstrate relationships with media organizations and public service directors as well as their established distribution channels nationwide in donated media space. •The ability to assume all current talent obligations and meet the Screen Actors Guild and the American Federal of Television and Radio Artists regulations. •The ability to create new PSAs, meeting the Screen Actors Guild and the American Federal of Television and Radio Artists regulations, on a cycle basis of 2 years for television, print, radio, internet, and outdoor advertisements utilizing the expertise of top industry leaders in advertising, media, and communications fields in the development of these PSAs on a voluntary basis. •The contractor must have the ability and capacity to work with local and state partners in not only tailoring the PSAs but also have the ability to help them secure media donations for this localized work. •The capability to perform annual tracking surveys of Americans attitudes and behaviors on emergency preparedness and the Campaign’s progress. •The ability to distribute and track campaign messages through media outreach and significant public relations efforts. •The ability to assist in partnership development. The applicable NAICS Code is 541810 with a size standard of $6.5 million. In the capability statement, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women owned, small disadvantaged and/or disabled veteran owned concern. Responses to the sources sought should be submitted to Johnnie Lewis-Banks and Victoria Short, Department of Homeland Security, Office of Procurement Operations, Departmental Operations Acquisition Division, Room 3051, 245 Murray Lane, S.W., Building 410, Washington, D.C. 20528 or Johnnie.Lewis-Banks@dhs.gov and Victoria.Short@dhs.gov no later than 10 days from the date of posting.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=894d9db8ccf554d520d95b1f547e2ef5&tab=core&_cview=1)
 
Place of Performance
Address: Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01583577-W 20080601/080530215911-894d9db8ccf554d520d95b1f547e2ef5 (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.