Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

B -- Research Study for TV/Radio Program Preferences

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON1006S6163
 
Response Due
4/28/2006
 
Archive Date
5/13/2006
 
Description
(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) SOLICITATION NUMBER BBGCON IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, dated January 3, 2006. (iv) This is a full and open procurement for Marketing Research and Public Opinion Polling under NAICS 541910. (v) Offerors shall submit a firm-fixed price for the following CONTRACT LINE ITEMS (CLINs): CLIN B.1, BASE PERIOD: May 8, 2006 through May 7, 2007; CLIN B.1.1 - Design, develop, and execute a research study to ascertain the TV and Radio program preferences of the Cuban population, Qty. 1 job (to include all anticipated costs to be incurred prior to the commencement of actual fieldwork); CLIN B.1.2 ? Design a detailed survey questionnaire to be used for the project. The Survey shall also include questions on Radio and TV Marti providing insight on audience levels and feedback on existing programming. Survey questionnaire (task#1) shall be submitted for approval to Office of Cuba Broadcasting (OCB) Management no later May 31, 2006, Qty 1; CLIN B.1.3 ? Using the approved questionnaire, conduct a survey of a minimum of 400 recent Cuban arrivals to the U. S. that are representative of the Cuban population. The sample survey shall be weighted to reflect the current demographic composition of the population of Cuba (task#2); CLIN B.1.4 ? Analyze/compile survey data and develop recommendations based upon the survey results (task #3) and CLIN B.1.5 ? Prepare/submit to management an overall report detailing the survey results and provide specific recommendations for program improvements and new original programming for both Radio and TV Marti programs. The final report shall also define the target audiences(s) for Radio and TV Marti and the programming needs of Cubans on the Island. (task#4). Contractor shall have knowledge and experience in performing market research and public opinion polling services as outlined herein. DESCRIPTION OF REQUIRED FIELDWORK: The primary object of this research is to support the right of the people of Cuba to seek, receive, and impart information/ideas through any media, regardless of frontiers; provide news, commentary and other information about events in Cuba and elsewhere. CONTRACTOR RESPONSIBILITIES: The Contractor shall be responsible for the project design, drafting, translation, formatting, adaptation and printing of the survey instruments; developing the sample plan and screening procedures; training interviewers, encoding survey responses; entering and processing the data; preparing tabulations in data books; submitting data in electronic form, and communicating all necessary information and results to OCB In the allocated time manner. DELIVERABLES: The Contractor must submit a written monthly status report. The Contractor shall design and submit for approval to OCB management a detailed survey questionnaire (task#1) to be used for the subject project no later than May 31, 2006. The complete survey of at least 400 recent Cuban arrivals (task#2) and provide a preliminary written report of survey results to OCB management no later than October 31, 2006. Contractor shall submit a final written report to OCB management including specific programming recommendations in accordance with (task#3 & 4), no later than November 30, 2006 by 5:00 p.m., Eastern Standard Time. (vii) The term of the contract will be for a one-year period (Base Period) beginning May 8, 2006 through May 7, 2007. Delivery terms and point: FOB Destination, Miami, FL. (viii) The provision at FAR 52.212-1, "Instruction to Offerors--Commercial Items" applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Technical proposal with a narrative of the Offeror's understanding of requirement as noted above and a description of their capability to perform the tasks as stated above. [2] Narrative and detailed information on past experiences in conducting market research and public opinion polling. [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; [4] Price for each of the above listed CLINs; [5] a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications--Commercial Items? and [6] Offeror?s DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. (ix) The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on technical capabilities, experience, price, past performance and other factors in the solicitation. An award may be made without discussions. When combined, technical evaluation factors are significantly more important than cost or price. The following technical factors are of equal importance and shall be used to evaluate proposals: 1. Offeror?s knowledge of the demographic composition/cultural attributes of the population of Cuba; 2. Offeror?s experience in conducting and or supervising similar research studies; 3. Offeror?s past performance; 4. Offeror?s experience in analyzing the results of various types of audience research studies conducted among Cubans recently immigrated to the U.S. and 5. Offeror?s experience in the development/production of Radio/TV programming targeted towards Cuban residents on the Island of Cuba. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications--Commercial Items" with its offer. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The clause at 52.212-4, "Contract Terms and Conditions--Commercial Items" applies to this acquisition with 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 solicitation as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity (E.O. 11246)"; 52.222-35, "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)"; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129)"; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)"; (xiii) The following FAR clauses are also applicable to this acquisition: FAR Clause 52.232-18, "Availability of Funds" and 52.237-3, ?Continuity of Services.? There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices; (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) There are no CBD numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: http://farsite.hill.af.mil/vffara.htm. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 2:00 p.m., Eastern Standard Time, on April 21, 2006. Proposals may be faxed to (202) 260-0855 or emailed to kmhicks@ibb.gov. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 2513, Washington, DC 20237 on April 28, 2006 at 2:00 p.m., Eastern Standard Time. (xvii) Contact Kristine Muschette-Hicks Contracting Officer, Telephone: (202) 401-5827, Facsimile: (202) 260-0855, E-Mail: kmhicks@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency. Contractor shall submit invoices for payment on a monthly basis, however; the government will retain 10% of contract price contingent upon delivery of final report. IMPORTANT NOTE: The term of the contract is contingent upon availability of full funding for this project being received in the Government?s Fiscal Year 2006. In the event that funding is less than anticipated, the contract term may be amended to entail less frequent research or research that covers only part of the period stated herein. Delivery terms and point: FOB Destination, Miami, FL. (viii) The provision at FAR 52.212-1, "Instruction to Offerors--Commercial Items" applies to this solicitation. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Technical proposal with a narrative of the Offeror's understanding of requirement as noted above and a description of their capability to perform the tasks as stated above. [2] Narrative and detailed information on past experiences in conducting market research and public opinion polling. [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; [4] Price for each of the above listed CLINs; [5] a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications--Commercial Items? and [6] Offeror?s DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. (ix) The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based past performance, price and other factors in the solicitation. An award may be made without discussions. When combined, technical evaluation factors are significantly more important than cost or price. The following technical factors are of equal importance and shall be used to evaluate proposals: 1. Offeror?s knowledge of the demographic composition/cultural attributes of the population of Cuba; 2. Offeror?s experience in conducting and or supervising similar research studies; 3. Offeror?s past performance; 4. Offeror?s experience in analyzing the results of various types of audience research studies conducted among Cubans recently immigrated to the U.S. and 5. Offeror?s experience in the development/production of Radio/TV programming targeted towards Cuban residents on the Island of Cuba. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications--Commercial Items" with its offer. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The clause at 52.212-4, "Contract Terms and Conditions--Commercial Items" applies to this acquisition with 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 solicitation as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity (E.O. 11246)"; 52.222-35, "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)"; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129)"; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)"; (xiii) The following FAR clauses are also applicable to this acquisition: FAR Clause 52.232-18, "Availability of Funds" and 52.237-3, ?Continuity of Services.? There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices; (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) There are no CBD numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: http://farsite.hill.af.mil/vffara.htm. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is 2:00 p.m., Eastern Standard Time, on April 21, 2006. Proposals may be faxed to (202) 260-0855 or emailed to kmhicks@ibb.gov. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 2513, Washington, DC 20237 on April 28, 2006 at 2:00 p.m., Eastern Standard Time. (xvii) Contact Kristine Muschette-Hicks, Contracting Officer, Telephone: (202) 401-5827, Facsimile: (202) 260-0855, E-Mail: kmhicks@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Place of Performance
Address: Miami, Florida
Country: United States
 
Record
SN01025296-W 20060413/060411220040 (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.