SOLICITATION NOTICE
A -- Research Support - Video Production and Marketing Services
- Notice Date
- 1/30/2024 12:22:55 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541613
— Marketing Consulting Services
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E24Q0026
- Response Due
- 2/6/2024 8:59:00 AM
- Archive Date
- 04/06/2024
- Point of Contact
- Ms. Millicent Covert, Contracting Officer, Phone: (Calls will not be accepted)
- E-Mail Address
-
millicent.covert@va.gov
(millicent.covert@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 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 36C24E24Q0026 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. This requirement will be made using a cascading set-aside under the associated NAICS code 541613 with a small business size standard of $19M. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of the Best Value Offer. STATEMENT OF NEED (SON) 1.0 CONTRACT DESCRIPTION AND REQUIREMENTS: The Michael E. DeBakey VAMC (Houston) has a requirement for services to provide specialist time and resources to create, design, shoot, and edit six (6) short, live action video advertisements in support of VA-funded research study conducted. A firm-fixed price contract will be awarded for the purchase of the requirement in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the services. The government reserves the right to award without discussions. 1.1 REQUIREMENT STATEMENT OF WORK: A. GENERAL INFORMATION Title of Project: HSRD IIR21-035 Direct to Consumer Marketing to Engage Veterans in Evidence-Based Psychotherapies for PTSD Background: Direct to consumer (DTC) marketing strategies, in which a service or product is advertised directly to the end user rather than a health care provider, are frequently used and highly effective at driving demand for psychotropic medications (e.g., Avery et al., 2012; Woloshin et al., 2001). DTC marketing may also be effective at driving Veteran demand for evidence-based psychotherapies (EBPs) for posttraumatic stress disorder (PTSD) because advertisements can directly target some of the primary barriers to EBP use. This project aims to develop DTC marketing advertisements for EBPs based upon established strategies from the marketing literature (e.g., testimonials, the utility strategy, and the compare/contrast strategy) and with input from Veteran, family member, and other stakeholders. In a randomized controlled trial, we will test their effectiveness at improving Veterans attitudes about psychotherapy, intention to seek psychotherapy, and initiation of a psychotherapy referral, compared to control conditions. For this project, contractor will help produce a series of videos intended sell Veterans with PTSD on Evidence-Based Psychotherapies. Scope of Work: The contractor shall provide specialist time and resources to create, design, shoot, and edit 6 short, live action video advertisements for research purposes. Video production services for DTC project: Video #1: Testimonial about treatment utility. Video #2: Non-testimonial message about treatment utility. Video #3: Testimonial about compare/contrast with medications. Video #4: Non-testimonial message about compare/contrast with medications. Video #5: Control, PTSD Education message. Video #6: Control, DTC ad for health behaviors Video Content: Length: 60-120 seconds in length Target Audience: Veterans male and female from the ages 35-60 Family members of veterans Tone/Style: Tone shall depend on the subject matter of each of the 6 videos. Video content shall be professional, empowering and emotionally driven. Videos shall feature some actor portrayals as well as real life testimonials. Contractor shall: Produce high-quality videos with workable budget for the Government Have a minimum of 5 years experience in advertising Preference of specialized experience in health care advertising and health education public service announcements Period of Performance: The period of performance (POP) shall be 8 months. Type of Contract: Firm Fixed Price Place of Performance: The contractor shall perform the services at its office(s). B. GENERAL REQUIREMENTS The contractor shall conduct business via distance methods (i.e., telephone, email, teleconference) as no budget is allotted for travel for contractors. It is imperative that the contractor be able to provide services within the time frame specified in the Scope of Work as funds available for this project are limited. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Task 1: Regular Communication/Meetings and Recording Decisions The contractor and project team will have an initial meeting within 2 weeks of the contract award to discuss and review the activities of the contract. Topics will include the overall project management plan and schedule. A draft agenda will be prepared by the contractor before the meeting. This meeting will be held via teleconference or telephone. For the duration of this contract, the contractor must communicate the status of video production, description of any problems anticipated or encountered and their resolution or non-resolution, and milestones obtained or missed deadlines to the research team on a monthly basis. Deliverable 1 Attend initial meeting and send monthly updates on progress of video production Task 2: Project Plan and Procedures The contractor will develop an initial project plan that will describe the procedures to be used to create the animated video series. The project plan will include the following elements: Procedures to be employed in the creation of scripts, storyboard, and animation of each video; Quality control measures to ensure that all aspects of contract work are accurate; Designation of a project manager to ensure completion of videos. Deliverable 2 Develop a project plan and procedures within 30 days of contract award Task 3: Quality Assurance The contractor will develop a quality control plan that covers all aspects of the work to be performed under this contract. The contractor will have a management system that identifies potential problems early, ensures high-quality data and adherence to schedules, controls project costs, and maintains close communication with the project team. Project operations will include frequent conversations concerning progress and challenges, meetings to discuss and resolve problems, and regular reporting between the contractor and the project team. Deliverable 3 Develop a quality control plan and update to within 30 days of contract award. D. SCHEDULE OF DELIVERABLES See Attachment A E. INSPECTION AND ACCEPTANCE CRITERIA Final inspection and acceptance of all work performed, reports and deliverables will occur at the place of delivery designated by the COR. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance by COR. The Contractor shall not construe any letter of acknowledgment of receipt of material as a waiver of review, or as an acknowledgment that the material is in conformance with this SOW. TASKS Deliverable Task 1: Regular Communication/Meetings and Recording Decisions Deliverable 1 Attend initial meeting and send monthly updates on progress of video production Task 2: Project Plan and Procedures Deliverable 2 Develop a project plan and procedures within 30 days of contract award Task 3: Quality Assurance Deliverable 3 Develop a quality control plan and update to within 30 days of contract award Attachment A Schedule of Deliverables DELIVERABLE NUMBER ITEM QUANTITY DELIVERY DATE 1 Task 1: Attend initial meeting and send monthly updates on video production progress 1 report per month Monthly during the life of contract 2 Task 2: Develop a project plan and procedures 1 plan Within 30 days of contract award 3 Task 3: Develop a quality control plan 1 per week Weekly 30 days of the contract award 1.2 PRICING: Please enclose the established price list and description of capabilities and specifications for the requirement. Items offered shall identify items as being on GSA schedule and reference the contract number. Please provide quote on company letterhead, purchase order form or similar vehicle to include Name of organization, Address, Point of Contact Information, System of Awards Management (SAM) Unique Entity Identifier (UEI) number, and company size. Quote shall contain the following: Reference Solicitation 36C24E24Q0026 Primary estimate with all inclusion of services for stages of pre-production/production/post-production Provide upgrade estimate and/or menu of available services, if applicable ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Pre-production and Account Management 1.00 JB __________________ __________________ 0002 Production 1.00 JB __________________ __________________ 0003 Post-production 1.00 JB __________________ __________________ GRAND TOTAL __________________ 1.3 INSTRUCTIONS TO THE OFFEROR Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in the solicitation. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance Past Performance will be based on the most current CPARS Report. Lack of relevant past performance will be rated as neutral. Factor 3 - Price The following solicitation provisions apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.233-2 SERVICE OF PROTEST (SEP 2006) SET ASIDE: Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. ADEQUATE COMPETITION: Adequate competition shall be deemed to exist if at least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. DUE DATE AND SUBMISSION OF QUOTES: Quotes shall be submitted via email to Contracting Officer Ms. Millicent Covert at millicent.covert@va.gov. Offerors must reference Solicitation 36C24E24Q0026 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by 11:59 AM EST, Tuesday, February 6, 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1567ee09a4a34d21abdadce460206fbd/view)
- Place of Performance
- Address: TBD/Vendor's Facility
- Record
- SN06949135-F 20240201/240130230040 (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 |