SOURCES SOUGHT
R -- Lethal Means Safety Campaign
- Notice Date
- 1/25/2024 5:45:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541810
— Advertising Agencies
- Contracting Office
- DEFENSE HUMAN RESOURCES ACTIVITY ALEXANDRIA VA 223504000 USA
- ZIP Code
- 223504000
- Solicitation Number
- H9821024R0005
- Response Due
- 2/15/2024 7:00:00 AM
- Archive Date
- 03/01/2024
- Point of Contact
- Keri Martin, Melissa S. Tamayo
- E-Mail Address
-
keri.d.martin.civ@mail.mil, melissa.s.tamayo.civ@mail.mil
(keri.d.martin.civ@mail.mil, melissa.s.tamayo.civ@mail.mil)
- Description
- REQUIREMENT: Lethal Means Safety Media Campaign 1.� The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS). The Government is specifically performing Market Research to see if there are potential vendors who can provide support to develop and implement a large-scale multimedia public education campaign for promoting secure firearm storage amongst Service members and their families. 2.� This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 3.� The proposed NAICS for this effort is 541810: Advertising Agencies (size standard $25.5 M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 4.��� Interested parties must be registered in the System for Award Management (SAM). A business must be a current participant and certified by SBA if responding as an 8(a) firm and HUBZONE small businesses must be certified by SBA by the time of proposal. A Service-Disabled Veteran-Owned Small Business (SDVOSB) must represent to the contracting officer that is it certified as such at the time of offer submission. Women-owned small business (WOSB) and Economically Disadvantaged WOSB (EDWOSB) should indicate if their certification is a self-certification or if they are formally certified by SBA (or will be by time of any proposal). 5.� Interested parties are requested to submit an unclassified capability statement, limited to 10 pages, that includes: a) �Company name, mailing address, e-mail address, telephone 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. Include Unique Entity Identifier from the System for Award Management (UEI (SAM)), CAGE Code and company structure (Corporation, LLC, partnership, joint venture, etc.). b)� Type of business, including small business socio-economic category if applicable (e.g. Other than Small, 8(a) s, HUBZone, Non-Profit) c)� Small businesses shall specify if any kind of teaming arrangement will be involved and �other than small� businesses shall address subcontracting opportunities that exist.� d)� If applicable, GSA contract number, schedule, Multiple Award IDIQ contract number (e.g. OASIS, NITAAC). e)� Indicate if you are interested as a Prime contractor or subcontractor. f)� Describe any teaming or subcontracting that you may use to fulfill a requirement such as this. g)� Describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: Conduct Market Research to inform large-scale multimedia campaign approach. Coordinate with firearm safety and firearm storage subject matter experts to ensure correct and effective messaging and industry best practices are utilized throughout the campaign. Develop and execute a large-scale national campaign that shall include, but is not limited to, the following creative elements: television, radio, print, outdoor, digital, social media, mobile, website development, and strategic partnership opportunities. Apply best practices including audience and message segmentation to campaign. Monitor campaign performance for targeted audiences including collection of formative data to inform message design, process metrics and measures of effectiveness associated with campaign. Develop and execute multi-million-dollar-value media distribution strategies that include the pitching and redistribution of campaign materials through an established, large national network (approximately 30,000+ media outlets) that does not rely solely on DoD and their partners. Reporting regularly to DSPO via conference calls and written progress and summative reports. h) �Industry feedback is requested on the PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the PWS requirements and any suggestions for improving the PWS language. Additionally, the Government seeks answers to the following questions concerning this requirement. Please consider providing responses and explanations: Do you have experience monitoring and evaluating large-scale public service announcements and campaigns to inform future campaign development and implementation? Do you have experience developing national public service advertisements with campaign material targeting a specific audience? Do you have experience collaborating with government agencies on large-scale national public education campaigns that impact lethal means safety and gun violence and military or veteran mental health awareness? Do you have experience evaluating the effectiveness and impact of public service advertisements on targeted audiences? i)� Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. 6. �All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. 7.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party�s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. 8.� The information provided in this Sources Sought is subject to change and is not binding on the Government.� 9.� The Government requests that all responses be returned by the date listed in SAM. All responses shall be submitted electronically to the DHRA Enterprise Acquisition Division point of contacts listed in SAM. 10. Interested vendors may additionally contact the DHRA, office of Small Business Programs, Point of Contact: Ms. Tammy Proffitt, tammy.j.proffitt2.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c897ede7e12c43c381f8b81b469aa18e/view)
- Place of Performance
- Address: Alexandria, VA, USA
- Country: USA
- Country: USA
- Record
- SN06946100-F 20240127/240125230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |