SOLICITATION NOTICE
B -- Public Affairs - Combatting Misinformation on the Web
- Notice Date
- 7/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F73ADR31621100
- Response Due
- 7/18/2003
- Archive Date
- 8/2/2003
- Point of Contact
- Randi Ellis, Contract Specialist, Phone 334-953-6615, Fax 334-953-3543, - Barbara Dobbins, Contracting Officer, Phone (334)953-6776, Fax (334)953-3543,
- E-Mail Address
-
randi.ellis@maxwell.af.mil, barbara.dobbins@maxwell.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73ADR31621100 being issued as Request for Quotation (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14 and Class Deviation 2003-0003, AFAC 2003-0501, AETC FAR Sup 15 APR 2003, Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20030620. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% set-aside for small business. The North American Industry Classification System code is 541613 with a small business size standard of $6.0 million dollars per year. This requirement is for Subject Matter Expert (SME) Support for the Public Affairs Center of Excellence (PACE). The statement of work follows. PROJECT BACKGROUND: Technological changes are affecting the way organizations combat rumors and disseminate information. As the primary organization for developing Air Force Public Affairs Doctrine, PACE requires in-depth research on unique aspects of web-based crisis communications. This subject matter expertise is needed on a temporary basis in support of an in-house curriculum development by PACE. PROJECT OBJECTIVE: Obtain in-depth academic research and analysis of origins, deleterious effects and measurements of potential harm to organizations due to web-based rumors. The objective is to include effective web-based response strategies for combating rumors and inaccurate allegations against an organization into the curriculum of various Air Force Public Affairs courses. SCOPE OF WORK: Approximately 100 hours of research culminating in case studies and recommendations directly addressing the unique aspects of web-based crisis communications. ESTIMATED LEVEL OF EFFORT: Approximately 100 hours of research and report writing. PERIOD OF PERFORMANCE: The period of performance shall be from the date of award through 30 September 2003. GOVERNMENT FURNISHED DATA OR EQUIPMENT: PACE shall furnish a list of initial questions which serve as the nucleus for the research. DELIVERABLES: Technical reports and non-technical reports concerning the subject area. Subject matter expertise support to the Air Force curriculum development effort. MILESTONES: Bi-weekly discussions with Director, PACE to keep research efforts in line with Air Force doctrine requirements. RESEARCH QUESTIONS: 1. How are opinions and awareness formed and influenced via the web? 2. Does using web prolong crisis and when should the organization disengage from web communication on a particular issue? 3. How do we establish and maintain credibility: what types of web information do people find credible and reliable? 4. What are the downside risks of web-based communications? 5. What are the pros and cons of posting transcripts of interviews of your organization’s spokespeople conducted by the media? 6. What are the manpower requirements to make a good web site? 7. Is having live chats with subject experts/others a good idea? If so, should they be periodic or scheduled? Would that change depending on whether it was a crisis situation? 8. When would using web media vs. conventional media be more effective? 9. What are some examples of best practices from companies which use the web for crisis communication? 10. What is the best design/layout (including linkages)? 11. What draws people to our website in times other than crises? 12. How do we draw people to the site and notify the public of updates? 13. How do we judge how user-friendly or useful our site is to the public we want to reach? 14. How does a site become attractive to Bloggers/major sites so that they link to it? 15. What are the pros and cons of having a place to post public comment, and what is the best process for setting up such a place? 16. Do people really use blogs as a source of information about a situation? 17. How do we stay on top of emerging trends such as wireless/Palms etc? Additional questions may be added as the project develops. Offers should include an hourly rate and resumes of the Subject Matter Expert who will be assigned to this requirement. Also include examples of related work and references. Evaluation criteria are as follows technical capability, price, and past performance. Technical capability and past performance are equally important and when combined are significantly more important than price. Any questions regarding this request for proposal, please feel free to contact Randi Ellis @ 334-953-6615 or E-mail @ randi.ellis@maxwell.af.mil or Ms. Barbara Dobbins @ 334-953-6776 or E-mail @ barbara.dobbins@maxwell.af.mil. Offerors responding to this requirement, must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (July 2002), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. Clauses and provisions may be accessed via the internet, https://farsite.hill.af.mil or http://www.arnet.far.gov . The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 2000), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2001). The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002), is incorporated into this RFP and is an addended to add the following clauses: 52.219-6, Notice of Small Business Set-Aside (Jul 1996), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Apr 2003), is applicable. The following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644), 52.222-3, Convict Labor, (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d)(E.O. 11755), 52.233-3, Protest after Award (31 U.S.C 3553), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999)(31 U.S.C. 3332). The following FAR clauses also apply to this combined synopsis/ solicitation: 52.252-6, Authorized Deviations in Clauses (Apr 1984), 52.253-1, Computer Generated Forms (Jan 1991). The following DFARS clauses under paragraph (a) and (b) are applicable: 252.204-7004, Required Central Contractor Registration (Nov 2001), 252.225-7001, Buy American act and Balance of Payments Program (APR 2003), 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003), 252.232-7003, Electronic Submission of Payment Requests (Mar 2003), 252.243-7002, Request of Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (May 2002), are also applicable. All offers must be received not later than 8:00 AM Central Time on 18 JULY 03, and must be able to respond to the information contained herein. No late offers will be accepted. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight B, Building 804, Maxwell AFB AL 36112-6334, ATTN: Randi Ellis, fax number (334)-953-3543, or E-mail to randi.ellis@maxwell.af.mil or Ms. Barbara Dobbins fax number (334)-953-3543 or E-mail to barbara.dobbins@maxwell.af.mil. Quotations must meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the quotation. Please email any questions to Randi Ellis, Contract Specialist or Barbara Dobbins, Contracting Officer.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/F73ADR31621100/listing.html)
- Place of Performance
- Address: Maxwell AFB Montgomery AL
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN00370148-F 20030713/030711221304 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |