SOLICITATION NOTICE
B -- QUALITATIVE RESEARCH - RADIO SAWA AND MTN
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
- ZIP Code
- 20237
- Solicitation Number
- CON-04-0029
- Response Due
- 9/1/2004
- Archive Date
- 9/16/2004
- Point of Contact
- Gloria Sweetney, Contracting Officer, Phone 202-619-1623, Fax 202-205-1921,
- E-Mail Address
-
gjsweetn@ibb.gov
- Description
- The Broadcasting Board of Governors/International Broadcasting Bureau (BBG/IBB) has a requirement for a contractor to conduct a study of audience reaction to programming on the BBG's Arabic language radio service, Radio Sawa and its Arabic language television service, Alhurra using the "Test Program for Certain Commercial Items" specified in Subpart 13.500 of the Federal Acquisition Regulation (FAR). Pursuant to FAR Subpart 12.603, the following constitutes both the synopsis and the solicitation: (i) 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; written proposals are here in being requested, and a separate written solicitation will not be issued. (ii) The solicitation number for this procurement is CON-04-0029 and this solicitation is issued as Request for Quotation (RFQ). (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-24, Title 48, July 19, 2004. (iv) The Contracting Officer has found and determined that the nature of the services to be performed is appropriate for an "unrestricted" procurement in accordance with FAR Subpart 19.502 entitled "Setting aside acquisition". The NAICS Code for this procurement is 541910. (v) The contract line item and research specifications are as follows: CLIN 1. A total of 8 focus groups shall be conducted for this project in Baghdad, Iraq. 4 groups shall be conducted for Alhurra and Radio Sawa, respectively. Focus groups shall be configured as follows for each of these two services: 1 male group, ages 17 -23; 1 male group ages 24 - 29; 1 female group ages 17 - 23; 1 female group ages 24 - 29. All focus group participants shall be regular audience members of the station under study and thoroughly familiar with the station's programming. Precise screening criteria will be determined subsequent to contract award in consultation with the awardee. It is anticipated that each group shall last approximately 2 hours. A high quality tape recorder or CD player will be required for each group as part of the discussions will involve play back of sample programming excerpts for group comments. Professional quality simultaneous translation into English shall be required for all focus groups. All groups shall be videotaped, unless objections by participants make this impossible. Note: If, in the opinion of the offeror, security and/or logistical considerations make it impossible for this work to be conducted in Baghdad, offeror may suggest alternative locations in Iraq, and such alternative will be entertained. Baghdad is, however, the preferred location. RESPONSIBILITIES OF CONTRACTOR: The contractor shall be responsible for preparation, oversight, and analysis of all research necessary to address the substantive topics of interest outlined above. This shall include: (1) Extensive consultation, by phone and in person, with BBG staff to ensure common understanding of research objectives; (2) If necessary, selection of research subcontractor(s) who can carry out the necessary fieldwork; (3) Subcontracting, as required, with selected fieldwork providers; (4) Oversight of fieldwork carried out on this project, including preparation of screener questionnaire, moderator briefing, and direct observation of all focus groups; (5) Drafting of focus group discussion guides, based on consultation with BBG staff and review of project objectives; (6) Preparation of analytical report on the focus group research conducted at each location; (7) Preparation of overall analytical report including conclusions and recommendations. SUMMARY OF DELIVERABLES. (a) Video tapes with Arabic soundtrack; and (b) Analytic reports summarizing focus group findings. (vi) OVERALL PROJECT DESCRIPTION: In 2002, The Broadcasting Board of Governors (BBG) launched a major new radio service, broadcasting in Arabic, for the countries of the Middle East. The service, called Radio Sawa, is designed to reach younger (age 30 and below) listeners in the Levant, Egypt, and the Gulf. In February 2004, the BBG launched a new Arabic language television service, called Alhurra, which is designed to reach satellite TV equipped households throughout the region. This project is intended evaluate audience reaction to Radio Sawa and Alhurra and to explore how the programming might be modified to better serve the needs and expectations of audiences in the region. The research will be conducted via the use of focus groups as outlined in this RFQ. (vii) DELIVERY SCHEDULE: It is anticipated that focus groups will be conducted in September 2004. Exact timing of all focus groups will be agreed upon subsequent to contract award. Final report to be submitted no later than 3 weeks after conclusion of final focus group. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, is hereby incorporated by reference. [1] Offerors are reminded to submit their DUNS Number with their proposal. [2] Offerors responding to this RFQ shall include sufficient information in their technical proposal to address the technical evaluation criteria listed in item (ix) below to enable IBB to objectively evaluate the offeror's capabilities/experience to successfully perform the work specified above. In addition to addressing the points noted below in item (ix), submissions shall also provide the following information: (a) detailed description of the proposed research methodology, including specific listing of organization(s) the offeror shall use for fieldwork and the relevant experience of such organizations; (b) current information on the qualifications of offeror's office and field staff; (c) specific information on offeror's past experience in conducting radio research, both domestically and internationally; (d) specific information on offeror's past experience in conducting media research in the Arab world; (e) details on any subcontractors who would be engaged to work on these projects. [3] Omission of any of the points of information requested will weigh against the offeror during the Contracting Officer's evaluation of the proposal. [4] Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR Subpart 2.101, Definitions) will not be considered as responsive to this RFQ. [5] The price quotation shall be submitted on a separate page from the Technical Capabilities/ Experience information. [6] Offers not in compliance with this RFQ will be rejected. [7] All travel undertaken in fulfillment of this project is to be performed in accordance with applicable U.S. Government regulations. Cost of such travel shall be included in the price quotation submitted by offerors for this project. [8] In the event that the price quotations for the work outlined in the RFQ significantly exceed the Government's estimate, the Government reserves the right to reduce the scope of the work specified herein. (ix) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a firm-fixed price contract (i.e., purchase order) resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be the most advantageous to the Government, based on: A) the offeror's Technical Capabilities/Experience (for which there are five (5) equally weighted subcriteria); and B) the offeror's Price Quotation. Of the two Selection Criteria, Technical Capabilities/Experience is the significantly dominant criterion over the Price criterion. The Technical Capabilities/Experience subcriteria are as follows: (a) Demonstrated experience in conducting radio audience and programming research. (b) Demonstrated experience in conducting radio research in international settings, especially in the Middle East and in Iraq in particular. (c) Professional qualifications of key project leaders. (d) Qualifications and experience of proposed subcontractors. (e) Ability to complete project in accordance to the schedule specified above in (vii), Delivery Schedule. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commerical Items, with its offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition-with no addenda to the clause. (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C 3332); (xiii) The following FAR clause is also applicable to this acquisition: 52.222-22, Previous Contracts and Compliance Reports. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) None of the Numbered Notes are applicable to this acquisition. (xvi) Offers are due not later than 3 pm (EST), Wednesday, September 1, 2004. However, all questions related to this RFQ shall be in writing and submitted NLT Friday, August 27, 2004. All responses and questions shall be sent directly to the Contracting Officer and they shall reference RFQ No. CON-04-0029. Responses and questions may be sent via either facsimile to (202) 205-1921; e-mail at gjsweetn@ibb.gov or by mail to: BBG/IBB, Office of Contracts, 330 C Street, SW, Room 2512, Washington, DC, Attn: Gloria J. Sweetney. Offerors responding to this RFQ shall submit to the above-listed Contracting Officer the following information by mail, facsimile, or e-mail, as part of their price quotation: unit and extended price for the above-listed line-item, prompt payment terms, correct remittance address if different from the quoter's mailing address, and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this procurement. (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Contracting Officer, Gloria J. Sweetney NLT Friday, August 27, 2004. All responsible sources may submit a price quotation, which will be considered.
- Record
- SN00647060-W 20040821/040819211531 (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 |