Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2019 FBO #6468
SOURCES SOUGHT

R -- OY Satellite Media Tours| EDA: STATUS:

Notice Date
8/7/2019
 
Notice Type
Synopsis
 
NAICS
515111 — Radio Networks
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
36C24519Q0506
 
Response Due
8/12/2019
 
Archive Date
10/11/2019
 
Point of Contact
Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. IAW FAR 15.201(e), responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP will not be entertained. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 515111, Radio Networks (size standard of $32.5 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 05 Network Contracting Office, is seeking sources that can complete requirements for VHA Communications Satellite/Radio Media Tour (SMT/RMT) that at a minimum meets the attached salient characteristics with a brand name or equal product for the VA Healthcare System. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include: Company name, address of company, point of contact Any small business designation as certified by the Small Business Administration, size of business pursuant to the following question. A through description of experience in managing support requirements of this nature. (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Service Disabled Veteran Owned Small Business (SDVOSB) receive preference. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. CONTACT INFORMATION: Responses to this notice and any questions related to this RFI shall be directed to Amy Ritchey at Amy.Ritchey@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to Amy.Ritchey@va.gov. Telephone questions or responses shall not be accepted. Responses must be received no later than 4:00 PM EST, 8/12/2019. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. ATTACHMENT 1 GENERAL INFORMATION 1. Title of Project: VHA Communications Satellite/Radio Media Tour (SMT/RMT) 2. Scope of Work: The contractor shall include all labor, resources, rentals, travel, materials and all expenses necessary to accomplish this requirement described in the statement of work (SOW). Scope of work shall include satellite and radio media tour production to assist in explaining VHA s recent milestones and how to access VA healthcare. On camera interview talent will include VHA program office spokespersons and VA success stories. 3. Background: The VHA Communications team is charged with communicating to a wide variety of stakeholders the changes to VA healthcare and services, including access milestones, community care and new technology. In addition to creating key messages for each new initiative and working to promote the health care offered by VA, VHA works with the Department of Veterans Affairs to create and distribute media materials and work with national media on stories about VA health care. Satellite and radio media tours have frequently shown to be a successful tool in reaching local markets and national media through live on-air radio and TV interviews, often scheduled in conjunction with a press release or media event. A satellite media tour (SMT) is used to provide spokespersons to local television news broadcasts for live interviews, with multiple live interviews occurring at the same time, on site in D.C. or at the event location. Radio interviews are often booked during the satellite window to create a combo SMT/RMT. 4. Performance Period: One base year (12 months) with four, 12-month option years from award date. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Type of Contract: Firm-Fixed Price 6. Place of Performance: Washington, D.C. Most work will take place off-site. B. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Project Management Plan (PMP) and Briefing: The contractor shall provide a detailed PMP and briefing for the project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive to this Statement of Work (SOW) and describe, in further detail, the approach to be used for each aspect of this requirement. The contractor shall keep the PMP up-to-date throughout the period of performance. The contractor shall identify in writing all necessary subtasks (if any), together with associated sub-milestone dates. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. VHA Communications will review of the draft deliverable within 10 calendar days from date of receipt. The contractor shall have 10 calendar days to deliver the final deliverable from date of receipt of the government s comments. Satellite/Radio Media Tour (SMT/RMT): The contractor shall provide four SMT/RMT events for VHA, each with support and pitching services and one (1) canned interview. The agency identifies a need for four SMTs one per season/quarter, and one optional SMT in the event case of a crisis. The optional SMT shall be added through bi-lateral modification at the current period of performance per event cost. The satellite media tour consists of four one-day interview sessions held at roughly three-month intervals with national and regional radio and/or television outlets, with the primary focus targeting the areas with the largest concentration of veterans. The contractor shall secure a studio within the Washington D.C. area from which the satellite media tour will be conducted and arrange all details, including set design, b-roll, and day-of logistics. The contractor shall prepare for the VHA Satellite Media Tours by gaining an understanding of the topic being discussed. The VHA point of contact (POC) and the contractor create a 1-page media advisory which will be used when pitching media outlets. The contractor will target appropriate outlets, producers and reporters around the country in consultation with VHA. The contractor will pitch media outlets with the interview opportunity and provide SMT schedule updates to VHA contacts on a regular basis during the pre-SMT process. They provide all pertinent details to the SMT schedule, which typically consists of 20-25+ interviews, including detailed station information. Interviews are scheduled nearly back-to-back, maximizing the spokesperson s time. See Attachment A for sample schedule. Each event shall consist of no less than 20 radio and satellite T.V. interviews, combined, booked with media markets across the country, with a minimum of 15 satellite T.V. interviews. The majority of the T.V. interviews shall be scheduled with national or regional stations. The contractor shall coordinate with VHA staff to schedule event dates, advise on best practices regarding pitching and execution, and create all day-of materials needed for each event. The Contractor will pitch media markets and schedule the run-of-show for each event. The Contractor shall track media hits, website airings and links to web stories. The Contractor shall conduct all media pitching using VHA-approved media content and advisories, in preparation for each event. VHA shall supply contractor with materials conveying an understanding of the subject matter to assist with its pitching. The contractor is not expected to develop ancillary written materials such as news releases, fact sheets, Q&A, nor social media content beyond the media advisory material necessary to pitch to media targets. The contractor is responsible for staffing both the studio and the control room to ensure a seamless operation on the day of the SMT/RMT event. The Satellite Media Tour is a team effort connecting the spokesperson to broadcast outlets across the country, from make-up and catering to technical directors and phone producers. One generic canned interview (Q&A style) shall be conducted by the contractor, during each SMT event, to be recorded and provided to VHA in high broadcast resolution via disc (e.g. 50 GB XDCAM disc) and via a downloadable link, such as Hightail or similar service provided by the contractor, for products such as videos. VHA will provide the contractor with questions for the canned interview. For each interview event, basic logistics will be coordinated by the contractor and executed accordingly. This includes: Correspondence with VA staff as assigned Securing a studio location in downtown Washington, D.C., unless alternate location is mutually agreed upon Providing hair and make-up services for interviewee Providing hot breakfast and refreshments An after-action analysis of each event The contractor must have the capacity and availability to respond to a crisis communication situation, should one arise. In the event of a crisis, the COR may require the contractor to execute an optional SMT/RMT event within an appropriate but reasonable response time, as few as 3-7 days, give or take, depending on the nature of the crisis. The contractor shall work with VHA staff to schedule the crisis response event and using best industry practices, pitch and execute the event in the condensed time frame. The optional SMT/RMT shall be added through bi-lateral modification at the current period of performance per event cost. Basic Logistics and Preliminary/Final Analysis Reports: The contractor shall provide the Contracting Officer Representative (COR) with monthly written progress reports. These are due to the COR by the second workday following the end of each calendar month throughout the project's duration. The progress report shall cover all work completed during the preceding month and will present the work to be accomplished during the subsequent month. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation. The after-action analysis shall consist of two reports, a preliminary report and a final report. These after-action reports shall detail the reach of each event, to include viewer demographics, stations (specifically, the cities of each affiliate and feeder station, including local and national stations) and quantitative analysis. The preliminary report shall be provided to the COR in hard and electronic copy, no later than seven (7) calendar days after each SMT/RMT event. Final report shall provide metrics and appropriate links to or disc of media stories, sample media interview and 3-4 minute elevator speech/infomercial of key messages used during the media interviews, and b-roll. The final report, along with a DVD, shall be provided to the COR no later than 30 days after each SMT/RMT event. Once the SMT is conducted, the contractor tracks all airplay and usage through Critical Mention and personal follow-up. The contractor provides airchecks and all metrics needed to help gauge the success of each SMT including number of interviews conducted, total airplays and impressions. The final analysis report for each SMT/RMT event shall contain all (but not limited to) the following information for television, radio interviews, as well as the combined total for all interviews conducted during an event: Event name and background information Interview breakdown location, time, outlet, format, interviewer s name, spokesperson name, live/taped, and station/outlet profile for each scheduled interview. Interviews arranged by audience size Number of interviews Number of station hits Overall impressions Social media and web coverage Web links to stories and or videos or audio segments posted by the media outlets reflecting their SMT/RMT coverage This report and DVD is due to the COR in hard and electronic copy no later than 30 days after the SMT/RMT event. The DVD shall contain video and audio recordings of the news reports as edited and aired by media. Where references to DVD appear herein, an acceptable alternative is to provide links to a private website or ftp location of such recordings made available for VHA s download. The contractor shall complete the Delivery Date column in Attachment B for each deliverable specified. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO and the COR, including a firm commitment of when the work shall be completed. This notice shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. Media Coaching/SME Preparation: Contractor shall assist spokespersons on the day of the event in preparing for the interviews. Contractor shall provide in-studio coaching to VA spokesperson, COR, and subject matter expert (SME) throughout the duration of each SMT/RMT event. This includes approximately a half hour of media coaching, practices, technical assistance, on-camera presence, on-site assistance, putting SME at ease in front of the camera, etc. C. CONFIDENTIALITY AND NONDISCLOSURE The preliminary and final deliverables generated by the contractor in the performance of this task requirement becomes property of the Government. The COR will be the sole authorized official to provide written authorization to release any data, draft or final deliverables, or any other written or printed materials pertaining to this requirement outside of the scope of this SOW. No information shall be released by the contractor. Any request for information relating to this requirement presented to the contractor shall be submitted to the COR for response. Press releases, marketing material or any other printed or electronic documentation shall not be publicized without the written approval of the COR. D. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. E. TRAVEL The Government does not authorize travel to interview sites outside of a 50-mile radius of 810 Vermont Avenue, NW Washington, D.C. Local travel within a 50-mile radius from the contractor s facility is considered the cost of doing business and will not be reimbursed. This includes travel, subsistence, and associated labor charges for travel time. Travel performed for personal convenience and daily travel to and from work at the contractor s facility will not be reimbursed. Travel, subsistence, and associated labor charges for travel time for travel beyond a 50-mile radius of the contractor s facility may be authorized on a case-by-case basis and must be pre-approved by the COR. F. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and options. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO and COR. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel who are being replaced. Requests to substitute personnel shall be approved by the COR and the CO. All requests for approval of substitutions in personnel shall be submitted to the COR and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. Attachment A VA/VHA Satellite Media Tour Schedule Date: Tuesday, August 28th, 2019 Topic: Telehealth Initiatives Spokesperson: XXXXXXXXXXXXX, Director of VHA s Telemedicine Office Location: National Press Club Studio, Washington DC TIME All Times ET OUTLET MARKET Media Type (TV/radio) (Live or Taped) REPORTER* Subject to change SHOW NOTES AUDIENCE #s 7:45- 7:55a XXXXXX (FOX) Washington, DC TV (Live) TBD Program Name 61,000 8:00-8:10a XXXXXX (NBC) Jacksonville, FL TV (Live to Tape) TBD Program Name 6,800 8:15a- 8:25a XXXXXX (FOX) Philadelphia, PA Radio (Live) XXXXXXXX Program Name 1,300 8:30- 8:40a XXXXXX (Ind) Indianapolis, IN TV (Live to tape) TBD Program Name 5,500 8:40- 8:50a XXXXXX (FOX) Washington, DC Radio (Taped) TBD Program Name 50,000 9:00- 9:10a XXXXXX (NBC) Youngstown, OH Radio (Taped) XXXXXXXX Program Name 4,700 9:20- 9:30a XXXXXX (NBC) Myrtle Beach, SC TV (Live to tape) XXXXXXXX Program Name 6,00 9:40- 9:50a XXXXXX (ABC) West Palm Beach, FL TV (Live) TBD Program Name 26,363 9:45- 9:55a XXXXXX (Sirius XM) National Radio (Live) TBD Program Name 1,002,000 ~Break~ 10:10a- 10:20a XXXXXX (CBS) San Diego, CA TV (Live) TBD Program Name 6,900 10:20- 10:25a XXXXXX (CBS) Wassau, WI TV (Live to tape) TBD Program Name 9,600 10:25- 10:35a XXXXXX (IND) Raleigh, NC TV (Live to tape) TBD Program Name 6,600 10:45- 10:55 XXXXXX (CBS) Norfolk, VA TV (Live) TBD Program Name 8,400 11:00- 11:05a XXXXXX NATIONAL TV (Live to tape) TBD Program Name 2,500,000 11:10- 11:15a XXXXXX (ABC) Charleston, SC TV (Live) TBD Program Name 3,000 11:20- 11:30a XXXXXX (NPR) Merriville, IN (Chicago) Radio (Taped) TBD Program Name 5,000 11:30- 11:40a XXXXXX (FOX) Fresno, CA TV (Taped) TBD Program Name 8,000 11:40- 11:50 XXXXXX (Radio) San Diego, CA Radio (Live) TBD Program Name 12,000 11:50- 12:00p XXXXXX (ABC) Tucson, AZ TV (Taped) TBD Program Name 4,000 12:00- 12:10p XXXXXX (NBC) San Antonio, TX TV (Live to tape) TBD Program Name 6,000 12:15- 12:20p XXXXXX (NBC) Savannah, GA TV (Taped) TBD Program Name 2,500 12:20- 12:30p XXXXXX (ABC) Wichita, KS TV (Taped) TBD Program Name 5,200 12:30 p.m. ~Off Satellite~ (Record Canned Interview) Attachment B SCHEDULE OF DELIVERABLES Base-Year Deliverables Deliverable No. Item Quantity Delivery Date One A detailed PMP and briefing. 1 Within 10 calendar days after award. Two Four (4) SMT/RMT events. 4 All within 12 months, base year period of performance. Three Basic Logistics and Preliminary, Final Analysis Reports. 1-2 The preliminary report: no later than 7 calendar days after each SMT/RMT event. The final report, along with the DVD, no later than 30 days after each SMT/RMT event. Four Media Training/ Preparation. 4 Within 12 months, base year. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24519Q0506/listing.html)
 
Record
SN05396061-F 20190809/190807230028 (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.