SOLICITATION NOTICE
R -- Consumer Trends Survey Data and Services
- Notice Date
- 3/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700404R0032
- Response Due
- 3/25/2004
- Archive Date
- 4/24/2004
- Point of Contact
- Pam Franklin (229)639-6742 John C. House, Code 892, (229)639-6741
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This is also a notice of intent that the Government intends to negotiate a sole-source order to Teenage Research Unlimited of Northbrook, IL under the authority of FAR 6.302-1(a)(2)(iii). This announcement constitutes the only solicitation. The North American Industry Classification System (NAICS) for the requirement is 541910 and the size standard is $6.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. STATEMENT OF WORK (SOW) 1. TITLE: Teenage Research Unlimited (TRU) Data Buys 2. GENERAL: Background. In order to sustain military manpower and support military recruiting, the Department of Defense must track the attitudes of American youth and their influences toward military service. The three markets of importance to the Department of Defense are: influencers of young people (parents, teachers, coaches, etc.), recruiting-age prospects (youth between 17-24 years-old), and pre-prospects (youth between 12-16 years-old). The goal of this contracting effort is to provide the Defense Human Resources Activity (DHRA) and the Military Services with proprietary information from an existing private-sector data source that will enhance the understanding of trends in attitudes and motivations of youth ages 12 through 19. 3. OBJECTIVE: The objectives of this effort are (1) obtain data/subscriptions on a variety of consumer trends and attitudes of youth; (2) obtain the capability to get responses to government-specified questions regarding the military from populations survey ed for the Teenage Marketing and Lifestyle Study; and (3) secure expert advice and interpretation of data on a variety of topics affecting the recruiting market. 4. SCOPE OF WORK: This Statement of Work (SOW) specifies work to be done under this contract during a base year and 4 option years. 5. Subscriptions/Data Buys. Contractor shall provide the Government with an annual subscription of the Teenage Marketing & Lifestyle Study. As part of the subscription, the contractor shall insert shall insert questions specified by the Government into the Fall and Spring Waves of the Teenage Marketing & Lifestyle Study. The total number of Government questions fielded will not exceed twelve (12) questions per wave. The contractor shall collect the data and provide the Government with the results. a. Electronic Data Access. The contractor shall provide the Government with its data analysis software that will allow the government electronic access to information available from the Teenage Marketing & Lifestyle Study. The contractor shall provide the installation software, support of the data analysis software and training materials. In addition, the contractor shall provide the Government with datasets in SPSS, electronic data training and electronic text as well as access to the contractor?s website. b. Omnibuzz Internet Poll. The contractor shall insert questions specified by the Government into the TRU Omnibuzz Internet Poll. The total number of Government questions fielded by contractor will not exceed twelve (12) per year. The contractor shall collect the data and provide the Government with the results. c. Report/Briefing. The contractor shall prepare a report/briefing that assists the Department of Defense in its understanding of prospects and pre-prospects. This report/briefing should be a summary of the information obtained from the Teenage Marketing & Lifestyle Study. The contractor shall travel to a place mutually agreed upon by the contractor and the Government to give an in-person presentation of this report/briefing. 5. DELIVERABLES AND REPORTING REQUIREMENTS: The contractor shall submit deliverables as specified below. The following are requirements of this delivery order: a. Subscriptions/Data. The contractor shall deliver the Fall and Spring subscription within 2 weeks of its publication. The contractor shall insert questions specified by the Government into the Fall and Spring Waves of the Teenage Marketing & Lifestyle Study. The total number of Government questions fielded by contractor will not exceed twelve (12) questions per wave. The contractor shall collect th e data and provide the Government with the results b. Electronic Data Access. Within 2 weeks of the award, or within two weeks of becoming available, the contractor shall deliver the necessary software, installation instructions and training material for the Government to access data electronically from the Teenage Marketing & Lifestyle Study. The contractor shall also provide data in SPSS format and provide access to the contractor?s website. c. Omnibuzz Internet Poll. The contractor shall insert questions specified by the Government into the TRU Omnibuzz Internet Poll. The total number of Government questions fielded by contractor will not exceed twelve (12) per year. The contractor shall collect the data and provide the Government with the results. d. Report/Briefing. Contractor shall submit to the Government a written report for each of the Fall and Spring Wav es of the Teenage Marketing and Lifestyle Study. The contractor shall also prepare a briefing based on the information obtained from the Teenage Marketing & Lifestyle Study. The Government and the contractor will mutually agree upon the timing and location of this briefing. 6. PLACE AND PERIOD OF PERFORMANCE: a. Anticipated period of performance. 1 year from contract award. b. Anticipated travel. 1 trip to Washington DC or other location as determined by the Government 7. GOVERNMENT FURNISHED PROPERTY: NONE 8. SCHEDULE OF DELIVERABLES: DESCRIPTION QTY DELIVERY DATE 1. Master Annual Subscription 1 2 weeks after award or 2 weeks after publication. 2. Additional Annual Subscriptions 5 2 weeks after award or 2 weeks after publication 3. Electronic Data Access TRU Web Access 5 2 weeks after awar d or 2 weeks after access is made available SPSS Data Sets 2 2 weeks after award or 2 weeks after access is made available 4. Omnibuzz Internet Poll Questions 12 2 weeks after award or 2 weeks after the questions have been a analyzed 5. Travel for Key Findings Presentation 1 As requested by Government The following FAR clauses/Provisions apply: 52.212-1, Instructions to Offerors, Commercial Items; 52.212-3, Offeror Representations and Registrations , Commercial Items; 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (incorporating 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government); 52.219-6 Alt I, Prohibition of Segregated Facilities; 52.222-26,Equal Opportunity; 52.222-35, Affirmative Action for S pecial Disabled and Vietnam Era Veterans ; 52.222-36, Affirmative Action for Works with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-36, Payment by Third Party; 52.223-6, Drug-Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000,Offeror Representations and Certifications, Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of payments Program;252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications, Commercial Items. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be r egistered in the Central Contractor Register to be eligible for award. The United States Marine Corps utilizes WAWF-RA as its ONLY authorized method to electronically process vendor requests for payment. You MUST utilize this system, which will provide you with immediate status of your invoice and subsequent payment. If your business is not currently registered to use WAWF-RA, please visit the WAWF-RA website at https://wawf.eb.mil. This notice of intent is not a request for competitive proposals. All potential offerors must be registered in the Central Contract Register (CCR) to be eligible for award. Information on CCR registration may be obtained by calling 1-888-227-2423 or via the internet at www.ccr.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Gove rnment. The RFP number is assigned for administration purposes only and no solicitation document exists. If no additional responses meeting the Government?s requirements are received within 5 calendar days after publication of this synopsis, a contract will be placed without further notice with Data Recognition Corporation. Offers are to be submitted by 3:00 p.m. local time, March 25, 2004, to the Contracts Department (Code 892), ATTN: Pam Franklin, Fax # (229)639-6722. For information regarding the solicitation, please contact Mrs. Franklin at telephone number (229) 639-6742, facsimile number (229) 639-6722.
- Record
- SN00549897-W 20040320/040318214310 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |