Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOURCES SOUGHT

D -- Social Media Monitoring Services

Notice Date
6/2/2011
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SS-1086976
 
Archive Date
6/20/2011
 
Point of Contact
Sherry Rowlett, Phone: 3018276763, Jennifer Fagan, Phone: 3014435861
 
E-Mail Address
sherry.rowlett@fda.hhs.gov, jennifer.fagan@fda.hhs.gov
(sherry.rowlett@fda.hhs.gov, jennifer.fagan@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide Social Media Monitoring Services. The purpose of this procurement is for the acquisition of a social media monitoring service to provide metrics and in-depth tracking of mentions of the FDA and special topics of interest to the FDA in any website/blog/microblog, social media or online publication. The Period of Performance for this action is estimated as one, twelve month base period and four, twelve month optional periods. Product shall support the FDA Office of Planning and Analysis. This interface will be hosted on contractor's server and accessible at FDA employee desktop. Anticipated Period of Performance for base period: July 1, 2011 - June 30, 2012 Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively specifically address these requirements will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 3 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 518210 (size standard $25 million) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. 7. Describe your company's capabilities in providing social media monitoring services. 8. How are services and results delivered to the customer? 9. How are queries set up? How quickly can queries be changed? How quickly can queries be modified? By whom? 10. Over what forms of media/content on the internet does your service search? 11. Please list all languages your crawler supports. 12. How quickly does your service provide results to FDA? 13. How long is historical data made available to the customer? How long is historical data archived? Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contracting Specialist named in this announcement no later than 11:59 p.m. ET on Sunday, June 5, 2011 for consideration. E-Mail is the only acceptable method of delivery for this sources sought notice. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Thank you for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-1086976/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, 10903 New Hampshire Avenue, Silver Springs, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02462953-W 20110604/110602235202-74b0043db7714f6077962577193173ad (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.