SOLICITATION NOTICE
R -- OPA Newspaper Clippings
- Notice Date
- 12/23/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL141RP21891
- Archive Date
- 1/14/2014
- Point of Contact
- Antoinette Ingram, Phone: 2026934582, Tova Stein, Phone: 202-693-4570
- E-Mail Address
-
Ingram.Antoinette@dol.gov, Steiin.Tova@dol.gov
(Ingram.Antoinette@dol.gov, Steiin.Tova@dol.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12-6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-64. The associated North American Industrial Classification System (NAICS) code for this procurement is 519190 with a small business size standard of $25.5M This acquisition is set aside for a Service Disabled Veteran Owned Small Business. Interested vendors must submit all questions concerning this solicitation in writing to Ms. Antoinette Ingram at Ingram.Antoinette@dol.gov. Questions should be received by 26 Dec 2013, Noon (est). Any responses to questions will be made in writing, without identification of the questioner; and will be included as an amendment to the solicitation. The US Dept of Labor/Office of Public Affairs (OPA) Division has a requirement for Newspaper Clipping services for up to ten users. All responsible vendors shall provide a proposal in accordance with the Statement of Work (SOW) provided in the solicitation as follows: Statement of Work TITLE: News Clipping Service for the U.S. Department of Labor (DOL), Office of Public Affairs (OPA). BACKGROUND: The Department of Labor, Office of Public Affairs' (OPA's) mission is to plan, develop and distribute information to the media and the public about the Department of Labor's laws, policies, programs and activities. Media communication sources include print, electronic and social media. In order to accomplish its mission in an era of 24/7 news cycles, OPA must be able to access and monitor news coverage. Daily, OPA employees search news sources including, but not limited to, wire services, newspapers and newspaper websites, television and radio, to monitor coverage of the department's leadership and activities. Relevant stories are compiled and distributed to senior leadership by 6:30 am Eastern Standard Time (EST). The news clips serve as an alert to emerging issues, leads for potential DOL investigations, and information that can be shared internally about ongoing programs or activities. Clips sum up the story of DOL in action, and point to problem areas that DOL agencies may need to address. Further, they are a source of material for the Secretary of Labor and other top officials. SCOPE OF WORK: The contractor shall provide a clipping service, which offers the following elements: 1. NEWS CLIPPINGS: a. The contractor shall review media sources, which is to include print, electronic and social media for relevant news items according to Department of Labor keywords. b. The vendor's media sources shall capture news on a local, state, regional, national and global level. The print and electronic sources shall include national newspapers, major international papers, major regional papers, weekly news magazines and industry trades. c. The vendor shall have the flexibility to add, remove or modify keywords and search terminology. In consultation with the U.S. Department of Labor, the list of keywords shall be refined over time and could grow or shrink in number. d. The vendor shall compile relevant and pertinent news stories into a news clip briefing. The vendor shall cross-check and remove irrelevant or redundant news clips. e. The news clip briefing shall contain an Executive Summary so that headlines can be scanned and department officials can drill down into the key stories quickly. f. The news clip briefing shall be further organized by topic. (i.e Worker Safety, Employment, Retirement, Union). Topics may vary over time depending on news coverage and OPA media outreach efforts. g. The vendor shall deliver the news clip briefing electronically to email and handheld devices on a daily basis by 6:30 am Eastern Standard Time (EST). Handheld devices shall include, but not be limited to, iPhone, iPad, Android and Blackberry. h. The news summary briefing shall be delivered electronically to a list of up to ten (10) DOL recipients. i. At a minimum, the news summary briefing shall contain the article title, author and source. 2. CONTRACTOR-FURNISHED PERSONNEL a. The vendor shall provide DOL with up two key staff to work on the DOL OPA news clippings. b. The key staff shall provide responsive customer service support to trouble-shoot any news clipping or delivery issue. c. The key staff shall include a single point-of-contact to respond to contract administration and performance-related matters. d. The vendor will independently perform all work and furnish all labor, materials, supplies, equipment, and services (except as otherwise specified in the contract) as required by this SOW. e. The Contractor shall designate persons as key personnel and essential for the successful completion of all work assigned under this contract. 3. DELIVERABLES All deliverables shall be in accessible formats as described below 3.1 Products and Services Deliverable Frequency # of Copies Medium/Format Submit To Task 1 DOL OPA News Briefing First briefing due within 2 days of the signing of the award document at 6:30 am. Thereafter due daily by 6:30 am 10 Accessible format via e-mail and accessibly via handheld devices such as Blackberry, iPhone, iPad or Android. DOL OPA Program Office Representative (POR) and 9 other DOL recipients Task 2 Review DOL OPA Keywords Monthly 1 E-Mail DOL OPA POR Task 3 Invoices Monthly 1 Accessible format DOL OPA POR "Accessible format" means that all deliverables produced by the contractor must be accessible and meet the criteria outlined in Section 508 of the Rehabilitation Act of 1998 and Web Content Accessibility Guidelines 2.0 (WCAG 2.0). 3.2 Performance Standards PERFORMANCE OBJECTIVE PERFORMANCE STANDARD METHOD OF SURVEILLANCE Project Management 100% development and submission of daily news clippings. 100% review of news clippings by DOL OPA Program Office Representative (POR) 95% accuracy rate for invoices provided to DOL Finance Office. 100% review and examination of invoices on a monthly basis by DOL OPA POR 100% meeting of daily news briefing 6:30 am deadline unless due to government delay. 100% review of news briefing and time received by POR. Development of Content 97% accuracy in providing accurate and pertinent news clips in daily news briefing. 100% review/examination of daily news briefings by DOL OPA POR. 100% usability of accessible formats in all media. 100% review/examination of alternative formats by OPA. 4. PERIOD OF PERFORMANCE: The period of performance for this requirement is six months with an option to extend for an additional six months. 5. INVOICING PROCEDURES: An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-NO-DM-OSEC@quickpay.dol.gov 1). Electronic PDF/TIFF Invoice Submittal In an effort to support the eCommerce initiative and expedite vendor payment processing, the DOL requires invoices to be submitted electronically. The contractor shall: a. Address the invoice to the appropriate e-mail address specified above. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Wait for either a success or failure e-mail response, regarding the invoice e-mail, before sending in another e-mail with the same invoice attachment. The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceeds this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address (specified in paragraph 2 below). b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. General Information Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to OCFOInvoiceInquiries@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph 1).d. above. Example: INQUIRY: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. 2). Paper Invoices submitted via fax or U.S. mail Paper invoices should only be faxed or mailed when electronic email cannot be accomplished due to size limitations described above. When invoices must be faxed due to e-mail size limitations, fax them to: 202-693-4451 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Office of Financial Management Operations Room S-bb5526 Attn: Charleetta Smithers 200 Constitution Avenue, N.W Washington, DC 20210 Sample Keywords 1. 401 (K) 2. Administrative Review Board (ARB) 3. Apprenticeship 4. Benefits Review Board (BRB) 5. Black Lung 6. Bureau of International Labor Affairs (ILAB) 7. Bureau of Labor Statistics (BLS) 8. Child Labor 9. Compliance Assistance 10. Department of Labor 11. Disability 12. Employees' Compensation Appeal Board (ECAB) 13. Employment 14. Employment Benefits Security Administration (EBSA) 15. Employment and Training Administration (ETA) 16. Family and Medical Leave 17. Hiring 18. Job Corps 19. Labor 20. Labor Regulations 21. Labor Secretary Thomas E. Perez 22. Mine Safety and Health Administration (MSHA) 23. Occupational Safety and Health Administration (OSHA) 24. Office of Administrative Law Judges (OALJ) 25. Office of Disability Employment Policy (ODEP) 26. Office of Federal Contract Compliance Programs (OFCCP) 27. Office of Labor-Management Standards (OLMS) 28. Office of Workers' Compensation Programs (OWCP) 29. Pension 30. Retirement Benefits 31. Secretaría de Trabajo 32. Tom Perez 33. Training 34. Unemployment 35. Union 36. U.S. Department of Labor 37. Veterans' Employment and Training Service (VETS) 38. Wages 39. Wage and Hour 40. Wage and Hour Division (WHD) 41. Women's Bureau (WB) 42. Whistleblower 43. Workforce training 44. Workers 45. Workers' Compensation 46. Workplace Safety and Health 47. U.S. Secretary of Labor Thomas E. Perez Period of Performance: Base period of six (6) months, followed by one (1) six (6) month Option period. Delivery terms shall be F.O.B. Destination. The contractor shall deliver all information electronically, including via e-mail. U.S Department of Labor/OPA POC: Ms. Sarah Harding Phone: (202) 693-XXXX Evaluation Criteria: The government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: Technical Capability and Price. In determining the best value, preference shall be given to the subscription services that exceeds the minimum requirements indicated in the SOW. Specifically, the following Factors will be evaluated by the government: Technical Evaluation 1. Technical Approach - Each offeror shall submit a proposal that delineates their technical ability and relevant expertise to perform the work described in the Statement of Work (SOW). Specifically: a. The offeror's proposal shall confirm and describe their ability to meet the daily delivery deadline of 6:45 am EST b. The offeror's proposal shall outline their access and ability to provide news clips from a multitude of media sources: • Local • Regional • State • International • Top media markets - print and/or electronic • Trade press, weekly print magazines c. The offeror shall confirm their ability to deliver the news briefing electronically and to handheld devices such as an iPhone, iPad, Android and Blackberry. d. The offeror shall outline how search terminology and keywords are utilized to identify relevant and pertinent news articles. e. The offeror shall define how irrelevant and redundant news stories are excluded from the news briefing. f. The offeror shall identify key staff who will work on the DOL OPA news briefing. 2. Sample Daily News Briefing a. The offerors' proposal shall submit a sample DOL Daily News Briefing. The offeror shall use DOL Sample Keywords to identify news clippings for the sample briefing. The sample template shall be evaluated for: 1. Organization and identification of the article title, author and source. 2. Ease of drilling down to stories within the briefing. 3. Pertinent and relevant articles. 4. News briefing articles accessible via handheld devices such as iPhone, iPad, Blackberry and Android. 3. Past Experience a. The offeror shall list their experience in offering news clipping services. b. The offeror's list is limited to one (1) page. Past Performance The offeror shall demonstrate successful past performance and relevant experience as evidenced by information gathered concerning contracts held during the past five (5) years and those currently in process for similar work. The offeror shall include client names, addresses, telephone numbers, contact persons, and nature of work performed. Price The offeror shall submit pricing of all available news clipping packages. The award will be made to the offeror whose offer is determined to be the best overall value to the Government, price and other non-cost factors considered. The full text of any Federal Acquisition Regulation (FAR) provision or clause may be found electronically at: http://acquisition.gov/comp/far/index.html The following provisions apply to the acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications - Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Re-Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Supplies; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All proposals shall submit the following: 1) An original and one (1) copy of a proposal which addresses the SOW; 2) For the purpose of evaluating technical capability: Offeror shall address all required specifications. 3) Sample Daily News Briefing 4) The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 30 December 2013, 12 PM local time, at the Office of Procurement Services/USDOL, 200 Constitution Ave., N.W., S-4307, Washington, D.C. 20210, via the following email: Ingram.Antoinette@dol.gov. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted. Proposals shall not be deemed received by the Government until the entire quotation is entered into the e-mail address inbox set forth above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL141RP21891/listing.html)
- Place of Performance
- Address: 200 Constitution Ave., NW, Washington, District of Columbia, United States
- Record
- SN03257487-W 20131225/131223234957-13d1bfd66a3ce1de129c388b559adf07 (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 |