Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1998 PSA#2180

DHHS, Office of the Secretary, Office of Acquisition Management; Room 443H, Humphrey Building; 200 Independence Avenue, S.W.; Washington, D.C. 20201

R -- PRODUCE AND DISTRIBUTE RADIO SPOTS FOR CHILD HEALTH INSURANCE PROGRAM CAMPAIGN SOL RFP-34-98-HHS-OS DUE 091898 POC Point of Contact: Cheryl Howe, Contract Specialist, 202-690-5552 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 in response to the following statement of work and a written solicitation will not be issued. This is a request for proposal, RFP-34-98-HHS-OS. This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular #97-07. This solicitation will result in the award of a firm fixed price type contract. The period of performance shall begin upon the effective date of contract award and continue through March 31, 1999. TITLE: Produce and distribute radio spots for the child health insurance program campaign. STATEMENT OF WORK: Background: Under the Child Health Insurance Program (Title XXI of the Social Security Act), the Department has been charged with reaching under-served populations and informing and educating them about the various health benefits created and promoted by the BBA, especially the Child Health Insurance Program (CHIP). It is estimated that half of the children eligible for CHIP are African American or Hispanic/Latinos. A recent Department survey evaluated the way certain gender and ethnic groups receive and process information. The Department found that radio spots are highly effective, particularly in influencing the minority populations (e.g., African Americans, Hispanic/Latinos, Native Americans and Asians). The effect of advertising was enhanced when commercials were presented during times with high ratings. The study also found that highly rated shows which feature local radio talent with high demographic media choice ratings, cause listeners to trust the message and messenger and be receptive to the other messages (spots) aired during that time. Work: Contractor will (1) produce radio spots from Department-provided television spots, (2) duplicate radio spots for distributionto media buyers/radio stations, (3) buy media in States to be selected by the Department -- current list (subject to change) for Phase I States includes Colorado, Delaware, Idaho, Indiana, Massachusetts, Oklahoma, Ohio, Pennsylvania, and Utah (the 11 Phase II States are to be determined), (4) place 100 to 125 thirty-second commercial spots in a one week period, for six continuous weeks in each state (contractor will negotiate additional commercial spots during non-prime time which will be provided by the stations at no cost to the Department as a public service), (5) incorporate the 800# and tagline to all commercials and (6) create a 10-second reading text for local talent to record. Program should be based on demographic media choice ratings for reaching 90% of the uninsured population, but not less than 75% of the minority (e.g., African American, Hispanic/Latino, Native American and Asian) population in the 18-40 year age range. The commercials will be placed during non-preemtable morning drive (6:00 am -- 10:00 am), mid-day lunchtime (11:30 am -- 1:30 pm), and evening drive (3:00 pm -- 7:00 pm) programming in a 6 week period in mid-October to late November for Phase I States and a 6 week period in early January to mid- February for Phase II States. The Department retains the right to approve all media buys (including location and scheduling). The Department will have the rights for ownership of the spots and taglines. The Department must review and clear the spots before broadcast. Period of Performance: Date contract is signed through 3/31/99. Schedule of Deliverables: 1. Proposed schedule and location for airing the spots. 2. Deliver copy of ads and tapes to stations selected no later than 10 days prior to first airing. 3. Program logs confirming broadcast no later than 5 business days after each broadcast date. 4. Deliver copy of ads and tapes to the Department by October 9, 1998. To be Provided by HHS: 1. Beta Master of one or more 30- second spots. 2. Information on the uninsured. (End Statement of Work) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Submissions shall consist of a pricing proposal and a technical proposal (an original and two copies of each). The pricing proposal shall consist of the following information completed: The price (with supporting documentation) for creating the radio spot. The government wishes to purchase air time, but does not wish to include it as an evaluation factor in the pricing. Therefore, although the pricing proposal must include a list of any add-ons the contractor would incur (such as general and administrative costs or fee) against the air time, the value of that time and those add-ons will be added at the time of contract award. The total points for the pricing shall be 10 points. The technical proposal shall consist of a cover sheet on letterhead stationary listing the RFP being responded to, the offeror's name, location, and telephone/fax numbers, a statement indicating understanding of the requirements and detailing the qualifications of the offeror, a statement detailing how the arrangements for local talent for the recordings will be made, and a statement discussing how the arrangements for the free air time for the public service announcements will be handled. The total points for technical shall be 35 points. As a separate part of the technical proposal, include past performance information on three of the most recent, similar jobs done including company/agency name and telephone and FAX numbers for a contact person. When the contacts for past performance are made, references will be asked general questions about past performance and specific questions concerning any arrangements for free air time and local talent made in the past. This information will be evaluated only for the top three technically qualified firms with the lowest total prices. The total points for past performance shall be 50 points. The evaluation will be weighted 35% for the previously listed technical factors, 50% past performance qualifications of contractor and 10% cost. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer (as part of the business proposal). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Any clauses or provisions referenced in this notice can be accessed through the Internet address that follows: http://www.arnet.gov The government reserves the right to award based on initial proposals without entering into negotiations. Offers are due September 18, 1998, 12:00 NOON EDT, at the following location: Department of Health and Human Services, OS/Office of Acquisition Management, Room 443H, Humphrey Building, 200 Independence Ave., SW, Washington, DC, 20201, ATTN: Cheryl Howe. The contact point shall be Cheryl Howe, 202-690-5552. If hand-delivering the proposal, security will ask the courier to remain with the package in the lobby of the building and to call either Cheryl Howe on 690-5552, or Cassandra Richardson on 690-8538. They will escort you to Room 443H where your proposal will be time stamped. Your proposal will only be considered valid with this time stamp. Please take this delay into consideration when hand-delivering. Proposals received through mail or other methods will also be time stamped upon receipt in Room 443H. If hand-delivering, please arrive at the building at least one hour prior to the time due to accommodate these security measures. Amendments to this solicitation, if any, shall also be published as a Commerce Business Daily Synopsis. Posted 09/11/98 (D-SN248877). (0254)

Loren Data Corp. http://www.ld.com (SYN# 0126 19980915\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page