Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

A -- Global Monitoring Panel

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-15-00084
 
Archive Date
9/29/2015
 
Point of Contact
Seneca B. Belinfontie, Phone: 2022034944, Herman Shaw, Phone: 202-382-7856
 
E-Mail Address
sbelinfo@voanews.com, hshaw@bbg.gov
(sbelinfo@voanews.com, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is hereby amended to extend the close date to Monday, September 14, 2015 at 2:00 and to post questions and answers. Question and Answers for Global Monitoring Panel, BBG50-Q-15-00084 Question 1. The RFP states: "The period of performance is August 31, 2015 to January 31, 2016." Will the PoP be adjusted to account for a five-month period of performance to commence at contract award, or, will performance be accelerated to a January 31st timeline, as this will affect offeror costs? Answer 1. The Period of Performance will be determined at time of award. The period of performance will be a five month period. Question 2. The RFP states: "Participants should include a mix of regular viewers and potential viewers. Half of the participants should be in the Federation and half in Respublika Srpska." Please confirm that the intent is to obtain approximately 25% regular viewers and 25% potential viewers in the Federation; and approximately 25% regular viewers and 25% potential viewers in Respublika. Answer 2. Yes, confirmed. Question 3. In the "Programs for Review" row, the time period for each country is specified for the first five panels (i.e. Ukraine, Somalia, DRC, Morocco, and Egypt) and runs anywhere from four days for Ukraine to four weeks for Somalia. Can you provide us with the time period for the last four panels (i.e. Burma, Tibet, Bosnia, and Georgia)? Answer 3. Burma, Tibet, Georgia: 4 days. Bosnia: 4 weeks. Question 4. For Burma and Tibet, the programming consists of four segments of a daily program. Does that mean all the viewing will take place over four days? Answer 4: Yes, 4 days Question 5. Similarly for Bosnia, the programming consists of four segments of a weekly program. Does that mean all the viewing will take place over four weeks? Answer 5 : Yes, 4 weeks. Question 6. The frequency of the Georgian morning show is not mentioned (e.g. daily, weekly, etc.). Answer 6: Daily Question 7. For the Georgia panel, the "Programs for Review" cell states that it will consist of "four 60-minute morning shows. (Panelists should listen twice to the first hour and once to the second hour.)" Please clarify the listening instructions for the first and second hour. Should the instructions read "Panelists should listen twice to the first hour and twice to the second hour," meaning that the panelists will listen to two hours of programming in a given day (one 60-minute morning show followed by a second 60-minute morning show)? Answer 7: Yes, Panelists should listen twice to the first hour and twice to the second hour. Question 8. On page 2 of the SOW under the "Additional Recruitment Criteria" for Ukraine, it states that "f our panelists should be in Kyiv, two in west Ukraine (e.g. Lviv) and two in east Ukraine (e.g. Dnipropetrovsk)." However, there should be 10 total panelists. Does the BBG have a preference for the location of the final two panelists? Answer 8: No preference for the final 2 panelists' location. Question 9. On page 4 of the SOW under the "Additional Recruitment Criteria" for Burma, it states that panelists should be "satellite TV viewers who are RFA regular radio listeners." However, the program is broadcast via TV. Should the panelists be regular viewers of RFA on TV, listeners of RFA on radio, or both? Answer 9: They should be regular (weekly) RFA radio listeners and also watch satellite TV (any satellite TV, not necessarily RFA programming on satellite TV.) Question 10. On page 4 of the SOW under the "Additional Recruitment Criteria" for Georgia, it states that "participants should include a mix of regular viewers and potential viewers." However, the program is broadcast via radio. Should the panelists be listeners to the radio program? Answer 10. They should be radio listeners, not viewers. Global Monitoring Panel Combined Synopsis/Solicitation BBG50-Q-15-00084 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number: BBG50-Q-15-00084 is issued as a Request for Quotation (RFQ) and a contract will be issued using simplified acquisitions procedures, Sub Part 13 and 52.212-4, Contract Terms and Conditions – Commercial Items. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-083 dated July 2, 2015. (iv) The Contracting Officer (CO) has found and determined that the nature of the services to be provided is appropriate for a full & open procurement. This is a 100% total small business. The North American Industry Classification System (NAICS) Code for this acquisition is 541910 WITH A SMALL BUSINESS SIZE STANDARD OF $ 15.0M. (v) Contractor responsibilities: Questionnaire Template 1) Panelists will complete their evaluation on a report template. Contractor may decide to provide the questionnaire to respondents on paper or in electronic format or a mix thereof. For panelists who have ready access to a computer, electronic format may be preferable for the contractor as it will reduce transcription efforts and allows for immediate review of panelists work by the contractor if forms are emailed after each reviewed program. The client will include exact viewing/listening instructions in the questionnaire template, e.g. the programs’ scheduled airtimes. Contractor will translate the questionnaire provided by the client in English into the language of the panel. 75% of questions will be identical in each country. The remaining 25% of questions will be market specific. The questionnaire has two sections. Section A features a series of questions that will be answered for each reviewed program. Section B will be completed only once, after the last reviewed program. Section A: · Program ratings with justifications: Panelists will provide a score for up to 10 aspects concerning the program’s content and presentation quality, and to answer up to three open questions about what they liked most and least in each program, and how the program compares to the domestic media they follow. It is estimated that it will take panelists approximately 15-20 minutes to complete Section A after each reviewed program. Section B: · After the final program under review, panelists will complete an overall evaluation questionnaire asking them to provide ratings for the evaluation criteria, along with detailed explanations for their ratings. This final questionnaire will also include some open questions for the panelists to answer in depth. It is estimated that it will take panelists approximately 1 hour to complete Section B. Contractor to provide a translated copy of the questionnaire for the BBG’s approval within 2 weeks of receipt of the English version. SEE STATEMENT OF WORK FOR MORE DETAILS. (vi) The Federal Acquisition Regulation (FAR) provision FAR 52-212-1 instruction to Offerors-Commercial Items, applies to this solicitation FAR Provisions and clauses may be obtained from the internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services. See attached Statement of Work (SOW) for details (Attached pdf document). (vii) Work can begin upon the issue of a contract. The Government will award a Commercial Item, Firm-Fixed Order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on technical, price and past performance in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. Selection Criteria listed on page 5.* The following factors listed in order of importance shall be addressed in the technical proposals and shall be used to evaluate proposals: Qualifications Pricing (Best Value to the Government) Past Performance Best Value is defined as the expected outcome of an acquisition that, in the government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. The Government reserves the right to make a selection based upon the initial quote submissions so the offeror should submit its best terms in the initial quote. The government may also determine to make no award. Pursuant to FAR 15.305(a) (2) (iv), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorable on past performance, and In the event offerors did not complete the responsibility and certification portion of the SAM registration they shall include completed copy of the provision at FAR Subpart 52.212-3 (Offeror Representations and Certifications – Commercial Items) with its offer. To ensure consideration for the intended solicitation, PLEASE include the solicitation title and number on your proposal BBG50-Q-15-00084. This provision can be found at the following website https://www.acquisition.gov/Far/; if requested by an offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the Contracting Officer. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation sub factors, when combined, are significantly more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Sub factors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references for similar contracts. The technical evaluation sub factors in descending order of importance are compliance with the technical requirements specified herein and ability to deliver on or before the stated PoP requirement. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to the clause. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]; FAR Clause 52.217-8 Extend Term of Contract. (xiii) The Offeror shall note an award will be made based on Firm-fixed Price and review of the Technical Capabilities, Experience and Pricing. *Selection Criteria An award will be made based on review of the Technical Capabilities and Experience as well as best value to the government. Of the two Selection Criteria, Technical Capabilities and Experience, sub-criteria are as follows: Technical Capabilities/Experience includes three (3) equally important sub-criteria as follows: a) Specific information on Contractor’s past experience in conducting qualitative media or audience research in the country/ies bidding on. (no more than half a page per country) b) Description of procedures to recruit high quality panelists and procedures to ensure that they provide thoughtful evaluations. (no more than half a page per country) c) Description on procedures to provide high-quality translations and analytical report writing (no more than half a page per country) Proposals shall be priced on a firm-fixed price for the Statement of Work. The Contractor's proposed prices shall include wages; overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) The deadline for Questions is COB on September 4, 2015. Amendment with Questions & Answers expected to be posted by COB on September 8, 2015. Offerors shall submit a Price Proposal that states the Offeror's proposed firm-fixed-price for the Statement of Work attached. Proposals are due by 2:00 p.m. EST on September 10, 2015 at the following address: Broadcasting Board of Governors (BBG), Office of Contracts, suite 4360, Cohen Building, 330 Independence Ave., S.W., Washington, DC 20237, Attention: Ms. Seneca Belinfontie. If emailing proposal, please send to Requests-for-Quotes@voanews.com and follow-up with a phone call to Ms. Seneca Belinfontie @ (202) 203-4944 to confirm receipt. (xvi) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contract Specialist, Ms. Seneca Belinfontie, at (202) 203-4944, or via e-mail at Requests-for-Quotes@voanews.com. Any Offeror may submit an offer, which shall be considered by the Broadcasting Board of Governors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-15-00084/listing.html)
 
Place of Performance
Address: Office of Research and Assessment, 330 Independence Ave., S.W., Room 3360, Washington, District of Columbia, 202, United States
 
Record
SN03880352-W 20150912/150911000336-3521918ee24dd0ee31035bf12ee3072b (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.