Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2017 FBO #5601
SOURCES SOUGHT

R -- Sesame Street for Military Families Program Support - PWS

Notice Date
3/23/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-17-R-RB01
 
Archive Date
4/21/2017
 
Point of Contact
randy o. barry, Phone: 3016193345
 
E-Mail Address
randy.o.barry2.civ@mail.mil
(randy.o.barry2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Request for Information/Sources Sought Sesame Street for Military Families Program Support 1.0 Purpose of this RFI/SS THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought (SS). This RFI/SS is issued solely for information and planning purposes – it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested vendor’s expense. Not responding to this RFI/SS does not preclude participation in any future Request for Proposal (RFP), if any is issued. This RFI/SS is to gauge interest in the upcoming requirement for the proprietary “Sesame Street” for Military Families application for the Defense Center of Excellence (DCoE) for Traumatic Brain Injury/Psychological Health. This requirement includes expanding web and mobile app content, executing an annual promotional campaign for the Sesame Street for Military Family program product portfolio, technical support (e.g., maintenance, upgrades) and sustainment of the existing mobile app(s) mobile gateway and website, and the implementation of an outcome study or needs assessment. The scope of this requirement builds on the previously funded Military Families Readiness to Transition contract with Sesame Workshop ending in 2016. The Government has utilized Sesame Workshop from 2008 to present. Sesame is a copyrighted name and the Government is unaware of any authorized resellers of their trademark name or materials. The Sesame Street for Military Families (SS4MF) program has been developing resources to improve parent-child communication and showing this as an effective strategy for improving family functioning. Experts in the field of childhood trauma suggest that it is critical to enhance protective factors such as communication, emotional regulation, positive coping so those families at risk have a better chance of positive outcomes. In support of this information, the overarching objectives of this contract are to: • Augment and develop additional content (e.g., videos, printables, interactive web tools) in topics areas most relevant to improving well-being of military parents/caregivers and their young children. • Provide website hosting, maintenance, and upgrade services to the SS4MF website • Provide maintenance, and upgrade services to The Big Moving Adventure mobile app and SS4MF gateway • Provide promotional and marketing services for the SS4MF program’s product portfolio to ensure wide-spread dissemination to the target population. • Conduct outcome evaluation tasks to analyze effectiveness and usefulness of SS4MF, using past and current indicators to inform development of new content. When submitting a capability statement to this draft PWS, please submit a capability statement that demonstrates your company’s ability to provide this proprietary application as well as describes relevant past performance based upon the size and scope of the outlined requirement. Please do not regurgitate the draft PWS tasks, rather contractors shall describe/outline company specific capabilities that match the work outlined in the draft PWS in order for the Government to make a fair capabilities determination. Capability statements will be evaluated to the degree to which they demonstrate: (1) Described relevant past performance based on the size and scope of the outlined requirement; (2) Described company specific capabilities that match the work outlined in the draft PWS. In addition, the Government will review non-capability statement responses to Appendix A and B questions in order to determine the most appropriate source. In addition, the Government requests you respond to the specific questions listed below in order to satisfy this RFI/SS. Any industry feedback regarding the PWS is encouraged and welcome. Please list any feedback accordingly (marked as vendor feedback) following your capability statement and responses to the listed Government questions. 2.0 Attachments The attachments to the RFI/SS are: Draft Performance Work Statement (PWS) – Outlines Background, Objectives, and Statement of Work 3.0 How to Respond a) Please provide a capabilities statement of no more than 15 single sided pages that addresses the questions posed in Appendices A and B. The formal closing date for this RFI/SS and for the submission of responses is NLT 6 April 2017 at 1400 ET. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats through the NITAAC system. b) Each response should include the following Business Information: i) 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. ii) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. iii) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for Award Management ( SAM, at www. sam.gov) to be considered as potential sources. *Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as “ Message #x of #x ”. Summary THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide the required Sesame Support Services for the Defense Centers of Excellence (DCoE) for Traumatic Brain Injury/Psychological Health. The information provided in the RFI/SS is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the services discussed, and release of this RFI/SS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will not entertain questions regarding this RFI/SS/Market Research. All submissions become Government property and will not be returned. If no responses are received, USAMRAA will proceed with the sole source contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-R-RB01/listing.html)
 
Place of Performance
Address: 1900 Broadway, New York, New York, 10023, United States
Zip Code: 10023
 
Record
SN04446216-W 20170325/170323235335-d11452330caac19f4642be348aecafb1 (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.