Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

70 -- Media List, Distribution, Monitoring, Social Media, and Analysis Subscription Service - Requirements Document - Copy of Solicitation in PDF

Notice Date
8/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-656
 
Archive Date
8/31/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Copy of Solicitation in PDF Requirements Document Media List, Distribution, Monitoring, Social Media, and Analysis Subscription Service Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-656 INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-656 and the solicitation is issued as a request for proposal (RFP). ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated January 19, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The procurement is classified under NAICS code 519190 with a Size Standard of $27.5 Million. SET-ASIDE STATUS This acquisition is unrestricted. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) works to support, conduct, and foster research on aging and to disseminate information on aging to the public, health care professionals, the scientific community, and other audiences. The NIA Office of Communications and Public Liaison (OCPL) manages the NIA media efforts. The OCPL works to secure interviews with news outlets for NIA staff, grantees, to enhance NIA's reputation as a credible and responsive source for news about age-related topics, and to expand readership of the NIA blog for researchers. OCPL uses media subscription services to assist in this effort. Purpose The purpose of this acquisition is to procure a subscription service that combines an extensive news and social media contact list with a media monitoring service that generates and manages press lists, coordinates press release distributions, blogs outreach, and monitors media coverage of the National Institute on Aging in print, broadcast, and online media. Requirements Please see the attached Statement of Work for required services. Period of Performance The period of performance for this requirement shall be 09/01/2017 through 08/31/2018 plus four (4) one-year optional periods. Contract Type A Firm Fixed Price purchase order with Options to Extend the Term of the Contract is contemplated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical factors and past performance, when combined are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 6.FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) applies to this acquisition as detailed below: a.FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) b.FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). c.FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). d.FAR Clause 52.219-8, Utilization of Small Business Concerns (Oct 2014) e.FAR Clause 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). f.FAR Clause 52.222-3, Convict Labor (June 2003) (E.O. 11755). g.FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). h.FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015). i.FAR Clause 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) j.FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). k.FAR Clause 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). l.FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). m.FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). n.FAR Clause 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 7.FAR Clause 52.217-5 - Evaluation of Options (July 1990) applies to this acquisition 8.FAR Clause 52.217-9 - Option to Extend the Term of the Contract (March 2000) applies to this acquisition. 9.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 10.There are no additional contract requirements or terms and conditions applicable to this acquisition. RESPONSE FORMAT Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The offeror must submit 1) a technical proposal inclusive of past performance information and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to six (6) single-sided pages. Please submit proposals which may be printed double-sided for energy efficiency and environmental sustainability. The price quotation shall be submitted in the following format: Media Subscription Service Price Base Period $ XX.XX Option Period 1$ XX.XX Option Period 2$ XX.XX Option Period 3 $ XX.XX Option Period 4$ XX.XX TOTAL$ XX.XX Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." EVALUATION CRITERIA The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors detailed below shall be used to evaluate offers. Technical and past performance, when combined are significantly more important than price. Factor 1: Technical Capability The Contractor's proposal shall address each area of the statement of work specific requirements section in sufficient detail to demonstrate a clear understanding of the statement of work and the understanding of the subscription services necessary for compliance with requirements. Subscription service capabilities shall be evaluated for number of entities included, the range of both domestic United States and international entities, and level of monitoring through Lexis Nexis. Greater capabilities in these areas will be viewed favorably, as shall the breadth of monitoring service areas and ability to summarize related data. Factor 3: Past Performance The Contractor shall provide at least two (2) past performance references with knowledge of the contractor's relevant skills and experience related to provision of media analysis subscription services. References shall include the following information: a.Name of Organization b.Contract Period of Performance c.Contact Name and Email Address Past Performance shall be evaluated for relevance to the current requirement. EVALUATION METHOD Technical proposals will be evaluated using a summary adjectival rating in accordance with the information below. Technical merit and price trade-off evaluation shall be performed after technical evaluation is completed. Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High CLOSING INFORMATION All responses must be received by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-656 in the submission email subject line. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. Please contract Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov or 301-480-2453 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-17-656/listing.html)
 
Place of Performance
Address: Maryland, United States
 
Record
SN04623190-W 20170812/170810232358-5cc53349203437f655a9e78490e24031 (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.