Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SPECIAL NOTICE

70 -- Media Monitoring Software - PWS

Notice Date
9/13/2017
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801-1606, United States
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF5-0011042614
 
Archive Date
2/13/2018
 
Point of Contact
Sharon R. Hilliard, Phone: (804) 765-7597, Sabrina m Galloway, Phone: 8047343832
 
E-Mail Address
Sharon.r.hilliard.civ@mail.mil, sabrina.m.galloway2.civ@mail.mil
(Sharon.r.hilliard.civ@mail.mil, sabrina.m.galloway2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(PWS) THIS IS NOT A SOLICITATION ANNOUNCEMENT - THIS IS A NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE FIRM FIXED PRICE AWARD TO RESPONSE GROUP LLC - FOR SOFTWARE MEDIA MONITIORING SERVICE CONTRACT FOR FORT LEE PUBLIC AFFAIR OFFICE The Mission and Installation Contracting Command (MICC)-Fort Lee, Virginia, intends to award a sole source contract pursuant to the requirements of FAR 6.302-1- soliciting for a single source, exceeding the simplified acquisition threshold. MICC-Fort Lee intend to award a sole source to a Site License that allows the licensee to use the Jetty Software on an unlimited number of computers. Where a "site" is a single admin area as well a public facing website for distributing information. The annual license agreement includes hosting, 24/7 technical support and software updates. Response Group LLC is proprietary distrubtor, located at 13939 Telge Rd Cypress, TX 77429. This contract action is for Response Group LLC has proprietary rights to be the sole distributor and training source for the software. The anticipated Period of Performance for Software Support Services are 12 months from the date of contract award with four (4) 12-month option periods for Jetty Software. Period of Performance 29 September 2017 - 28 September 2018, plus for option years. The (MICC)-Fort Lee, Virginia is issuing this sources sought synopsis as part of market survey in accordance with FAR Part 10 to identify parties capable of provide Fort Lee Public Affairs an existing Commercial Off-the-Shelf (COTS) online application that provides a broad-based real-time media intelligence subscription and delivery service. This COTS system will provide Fort Lee's Public Affairs Office an application that provides customized reporting to the client's needs. The application must have the ability to automatically filter and quickly view, organize, prioritize and transmit reports. The effort is expected to include, but not be limited to the following This Sources Sought Synopsis is issued for maximizing competition. The applicable North American Industrial Classification System Code (NAICS) is 541512,"Computer Systems Design Services"; Size Standard: $27.5 Million. Market Research is being conducted to determine potential business sources for this requirement. All information submitted in response to this notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The results of this request may lead to a future synopsis announcement in FEDBIZOPPS as a Request for Quote. Interested sources are invited to respond to this announcement by submitting the following information: 1. Company name and address. 2. Point of Contact with email address. 3. Type of Business: Identify whether your firm is a SBA certified 8(a)m certified HUBZone, VOSB, SDVOSB, SBA certified WOSB, and/or certified EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4. Commercial and Government Entity (CAGE) Code. 5. Additional information which demonstrates the ability to meet the above requirement. Include a copy of your company's SBA profile from http://dsbs/sba.gov and your company's System for Award Management (SAM) printout. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PROGRAM BACKGROUND The contractor is the only one to offer a product like PIER, designed from the ground up for crisis response. Military Bases such as Fort Bragg and Fort Hood already employ PIER, an award to any other contractor for an inadequate solution would further disadvantage the government by not providing the opportunity for the existing site templates to be used at Fort Lee. The application must have the ability to automatically filter and quickly view, organize, prioritize and transmit reports. The effort is expected to include, but not be limited to the following. REQUIRED CAPABILITIES The contractor must provide a subscription/service at a flat-fee with no variable costs. Allow users to customize search criteria and key words as well as have the ability to add, edit or delete keywords at any point during the period for all social media and traditional media real-time monitoring subscription/service. Provides a fully consultative service who works with their clients on an individual basis, assessing public affairs and media monitoring needs. Assigns a dedicated account management team throughout the client's crisis communications and real-time media and social media monitoring subscription/service. These personal consultants are available to all account users and provide advice and assistance throughout the subscription period. Subscription/service provides an unlimited amount of storage to archive an unlimited amount of media news articles, photos and video products at no additional cost. Provide crisis communications virtual joint information center as well as news media and complete social media monitoring platform package that includes all three services of distribution, archiving, and translation of news articles. Real-time media monitoring and social media monitoring subscription/service provides a translation tool to translate media monitoring in other countries. Provide the ability to create searches of real-time media monitoring and social media monitoring subscription/service in foreign languages and characters to capture a full global picture of local, state, country, and international media. Subscription/service provides a real-time, up-to-the-minute option that will deliver news immediately after its publication via email based on the account built criteria. Real-time media monitoring and social media monitoring subscription/service provides the client with the ability to create ad-hoc statistics and geographical breakdown on any coverage regardless of whether the coverage was being tracked previously or not. Provide the ability to track historical data within a minimum of the past five years on any topic or keyword and provide a break out of the news and social media coverage by source or by outlet. Provide a media database of journalists in the United States that includes a journalist search by name, outlet, beat, or location. Provide the ability build daily customizable media and social media coverage reports with the ability to distribute directly to clients in Internet-hosted format accessible from military unclassified LAN systems. The executive summary sent by email for the report should be available in plain text and html format. Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 541512 with a Standard of $27.5M. The Product Service Code is L070 Technical Representative Automatic Data Processing Equipment (Including Firm Ware); software, supplies and support equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT) Mission and Installation Contracting Command will not hold a site visit. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1) All responses shall be submitted via email to: Sharon.r.hilliard.civ@mail.mil or Sabrina.m.galloway2.civ@mail.mil no later than 12:00pm EST on Friday, 22 September 2017. Minimum size limit for responses is limited to five (5) pages. Deadline for questions is no later than 12:00pm EST on Thursday, 18 September 2017. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base year plus 4 options, etc.) with performance commencing in 29 September 2017. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sharon R. Hilliard or Sabrina M. Galloway, in either Microsoft Word or Portable Document Format (PDF), via email: Sharon.r.hilliard.civ@mail.mil or Sabrina.m.galloway2.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Pleases read Performance Work Statement (PWS) in its entirety. This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a future competitive procurement is in the best interest of the Government. All responses shall be submitted via email to: Sharon.r.hilliard.civ@mail.mil or Sabrina.m.galloway2.civ@mail.mil no later than 12:00pm EST on Friday, 22 September 2017. Minimum size limit for responses is limited to five (5) pages. Questions or comments regarding this notice may be addressed to Sharon.r.hilliard.civ@mail.mil Deadline for questions is no later than 12:00pm EST on Tuesday, 18 September 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71cc6ab552ebcdce282dc6fc9e1f195b)
 
Place of Performance
Address: Public Affair Office (PAO), FORT LEE PAO, 3312 A AVE BLDG 12010 STE 123, FORT LEE VA VA 23801, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04674773-W 20170915/170913231436-71cc6ab552ebcdce282dc6fc9e1f195b (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.