SOLICITATION NOTICE
R -- MILITARY SUPPORT TO PUBLIC DIPLOMACY
- Notice Date
- 8/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- HQ0038-4219-0005
- Response Due
- 9/13/2004
- Archive Date
- 11/12/2004
- Point of Contact
- Arlene Dee Carlson, 703-614-6846
- E-Mail Address
-
Email your questions to Defense Contracting Command-Washington(DCC-W)
(arlene.carlson@hqda.army.mil)
- Small Business Set-Aside
- N/A
- 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. This requirement is unrestricted. For the purposes of determining business size, the standards for this acquisition, under NAICS code 541990 is $6 million. If the offeror is a large bus iness, a subcontracting plan with small business is required. The order will be Firm Fixed Price and the performance period will be for 12 months, with no option periods. The solicitation document and incorporated provisions and clauses are those in effe ct through Federal Acquisition Circular 2001-24 effective 19 July 2004. It is the intent of the Government to procure services for Military Support to Public Diplomacy. The Statement of Work: Originator. LTC Sandra King, Office of the Assistant Secr etary of Defense (SO/LIC), Office of the Undersecretary of Defense for Policy (OUSD/P), The Pentagon, Washington, D.C., 20301-2500. Phone: (703) 697-4837. BACKGROUND: This contract requirement provides for the research of adversary and threat influence activities directed at the Department of Defense (DoD), development of policy options for DoD support to Public Diplomacy (PD) and foreign media analysis services to the Department of Defense (DoD) and United States Government (USG) effort in support of th e Global War On Terrorism (GWOT). The support to DoD and USG is in accordance with: National Security Presidential Directive 1 (NSPD), 25 April 2001; Undersecretary of Defense for Policy (USD(P)) Charter; White House Memorandum, Establishment of the Stra tegic Communication Policy Coordination Committee; 10 September 2002; DoD Directive 5111.10, Assistant Secretary of Defense for Special Operations and Low Intensity Conflict (ASD(SO/LIC)), 22 March 1995; National Strategy for Combating Terrorism, February 2003. APPLICABLE DOCUMENTS: White House Memorandum, Establishment of the Strategic Communication Policy Coordination Committee, 10 September 2002; DOD Directive 5111.10, Assistant Secretary of Defense for Special Operations and Low Intensity Conflict (AS D(SO/LIC)), 22 March 1995; National Strategy for Combating Terrorism, February 2003, Radical Militant Islamic Movement Strategy Document, July 2004, and Nexidia Proposal, May 2004. OBJECTIVE: To provide specialized, immediate policy support to the Offi ce of the Undersecretary of Defense for Policy, Office of the Assistant Secretary of Defense for International Security Affairs, and the Office of the Assistant Secretary of Defense for Special Operations and Low Intensity Conflict regarding foreign audien ce and media analyses, the development of strategies and policy options for DoD support to Public Diplomacy in support of Operation ENDURING FREEDOM, Operation IRAQI FREEDOM, the Global War On Terrorism, and other USG strategic communications efforts. SCO PE: The products developed by this contract requirement would be used to present and develop information policy documents to various USG/DOD audiences identified by the Contracting Officer Technical Representative (COTR). The products will consist of per iodic reports (daily and weekly) that result from monitoring select Arab media (television networks and the internet), as well as special reports that support the development of international information strategies and policy recommendations regarding DoD support to Public Diplomacy. SPECIFIC REQUIREMENTS AND SUBTASKS: 1. Develop Work Plan. The contractor shall provide a written Work Plan to accomplish the subtasks within 15 days of the award. The Contracting Officers Technical Representative (COTR) will approve the mutually agreed Work Plan within 5 days of receiving it from the contractor. 2. Based on input from applicable USDP offices and the Interage ncy, the contractor shall produce daily media monitoring and analysis of Al Jazeera, Al Arabiya, Al Manar, Al Alam and Al Iraqiya. Analyst teams consisting of both native Arabic and non-native Arabic linguists shall be used for this monitoring. At a mini mum all analysts shall possess a secret clearance or be able to obtain a secret clearance prior to the commencement of the contract. All managers and senior analyst shall possess a secret clearance or higher. Reports shall be provided in MS Word format a nd contain detailed analysis condensed to two to four pages. These reports shall be distributed electronically daily to recipients designated by the COTR. The reports must consider quantitative and qualitative methodology to analyze the content and conte nt trends of these media outlets. Analysis should be able to determine whether or not USG and DoD policies have an effect upon these media outlets. 3. Based on input from applicable USDP offices and the Interagency, the contractor shall produce weekly m edia monitoring and analysis of Al Hurra and the Friday Islamic Sermons that are given in Riyadh, Teheran, Najaf, and other prominent Islamic mosques. Analyst teams consisting of both native Arabic and non-native Arabic linguists shall be used for this mo nitoring. All analysts shall be eligible for secret clearances and all managers and senior analyst shall possess a secret clearance or higher. Reports shall be provided in MS word format and contain detailed analysis condensed to two to four pages. Thes e reports shall be distributed electronically daily to recipients designated by the COTR. 4. Research current adversaries: Researching the public domain, develop metrics to assess adversary progress in the real of International Public Information effort s. Specifically, building upon the Radical Militant Islam Movement Strategy document, develop metrics to track adversary progress toward their desired end state. Within 60 days of award, begin delivery of monthly reports based on referenced metrics. Mon thly reports will be referred to as the Scorecard and will track monthly changes, lack of changes or unusual events. Media Information Reports shall be published weekly focusing on the current adversary and future threats. Media Information Reports s hall include public domain research in Arabic, Farsi, Pashtun, Indonesian, Thai, Mandarin, Tagolog, Spanish, French, Russian and German. These reports shall be brief (2 to 3 pages each) and must examine current International Public Information opportuniti es, trends, threats and topics. When appropriate they will also examine historical approaches and trends. 5. Distribution of products: Create a password protected website for the archiving and distribution of research products. The contractor shall pr ovide a secure, password protected website for the unclassified work performed by the contractor this is searchable and updated weekly. The contractor shall provide access no later than 24 hours to users identified by the government. The contractor must plan for 200 discrete users for the initial period of performance. Use existing email distribution lists to disseminate the finished reports as directed by the COTR. 6. Provide a two person liaison element to the Bureau of International Information Prog rams to facilitate interagency coordination between the Department of State and DoD. At a minimum liaison team personnel must possess a Top Secret security clearance and have at least one year demonstrated experience in public diplomacy and counter propag anda, and experience in staffing and coordinating DoD actions. 7. Provide two personnel to support the Director of Military Support to Public Diplomacy Directorate in the Office of the Assistant Secretary of Defense for International Security Affairs. Personnel shall possess a current Top Secret clearance and should be prepared to work out of the Pentagon. In addition, personnel assigned to the MSPD Directo rate shall be responsible for assisting in the development of DoD Support to Public Diplomacy strategies and policies. Other tasks shall include interagency staffing and support functions. 8. Procure advanced database warehousing network to store up to 12 days of video/audio material from six networks. The database material must be searchable through phonetic searches in the vernacular language of the selected media. All media feeds should be current feeds as directed at target audiences in the Middle East and identified in paragraphs 2 through 3 above. Specifics for the system are identified in the applicable documents section of this work. DELIVERABLES: All deliverables shall be considered accepted upon delivery in a draft format. 1. Draft work p lan. 2. Daily media analysis report covering Al Jazeera, Al Arabiya, Al Manar, Al Alam, and Al Iraqiya. (Monday through Friday with Saturday and Sunday coverage included in the Monday report). 3. Weekly media analysis report covering Al Hurra and Frid ay Evening Sermon from Imams located in Riyadh, Saudi Arabia, Teheran, Iran and Najaf Iraq. Other locations will be added as required by the COTR in agreement with the contractor. 4. Provide a monthly Scorecard of metrics developed from the Radical Mi litant Islam Movement Strategy. 5. Research and publish media information reports that address significant aspects of the global nature of the Radical Militant Islam Movement. 6. Develop a secure password website to present and deliver 2 through 5 abov e. The website will be searchable and also contain a feedback section for readers. 7. Purchase of a media audio/video computer database that can store 12 days of data for six discrete video streams and which is searchable through the use of Arabic phone tics. GOVERNMENT FURNISHED PROPERTY/INFORMATION: The Government will provide access to all applicable documents, photos, and information required to complete the task in paragraph 5 above. PERIOD OF PERFORMANCE: One year from date of award. TECHNICAL COGNIZANCE: The Contracting Officers Technical Representative for this work is Mr. John Matheny, Office of the Assistant Secretary of Defense for Special Operations and Low Intensity Conflict, Room 5E420, 2400 Defense Pentagon, Washington, D.C., 20301-1 000, Phone: 703-697-4837. SECURITY: Upon commencement of the contract, the DoD OUSD(P) will assist the contractor in obtaining any necessary security clearances. TRAVEL: Work is to be performed at facilities in or around the Military District of Washi ngton. Local travel will consist of frequent visits to the Department of Defense (Pentagon) and other Federal Government in the Washington DC vicinity approximately once a week. Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to th is acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. The provisions at 52.212-4, Contract Terms and Conditions -- Commercial It ems, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The Government anticipates awarding one purchase order resu lting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, offers the Best Value to the Government. The Government will evaluate quotes and make a Best Value selection in accordanc e with listed criteria. All evaluation factors other than cost or price when combined are significantly more important than cost or price. Factor 1: Technical Capability/Understanding of the Requirements: Both the offerors understanding of the specifi c requirements and the overall scope of work required and the offerors demonstrated technical capability. This determination includes an analysis of the propo sed level of effort. Factor 2: Personnel Qualifications: The experience and capabilities of the personnel that will be assigned the effort. Factor 3: Past Performance: Offerors performance on three past federal and/or commercial contracts within the last three years, plus additional recent relevant information provided by the offerors for consideration. Factor 4: Price: Not adjectivally rated, but considered for reasonableness in the best value determination. Each proposal will be rated based on evaluation of each factor using the following Adjectival Rating and Standards Scale: OUTSTANDING Very comprehensive, in-depth, clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be ex pected. EXCELLENT Extensive, detailed response to all requirements similar to outstanding in quality, but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than e xcellent performance might be expected. GOOD - No deficiencies in the response. Better than acceptable performance can be expected, but in some significant areas, there is an unevenness or spottiness that might impact performance. FAIR The response g enerally meets requirements but there is not expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revisions to the proposal. POOR Th e response fails to meet one or more requirements. Deficiencies exist in significant areas but can be corrected during negotiations without major revisions to the proposal or serious deficiencies exist in areas with minor impact. UNACCEPTABLE Serious d eficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or d emonstrating the capability to do so. Only vague indications of the required capability are present. Your firms submission should reflect and demonstrate an understanding of the Statement of Work and provide sufficient detail to be properly considered. Resumes and qualifications of proposed personnel shall also be provided. Your submission should reflect the quality and experience of proposed personnel at competitive fixed prices. The technical proposal shall not exceed 25 pages in length and single s ided. The technical proposal shall include labor mix and hours, but not labor rates. During the technical evaluation, the labor mix and hours, not labor rates, will be evaluated. Price submissions shall be under separate cover and competitive firm fixed priced. Resumes and past performance do not count towards the page limitation. Email is the preferred method of submission. Proposal due date is 13 SEPTEMBER 2004, 1:00 PM, Eastern Standard Time (EST). Failure to provide timely responses will exclude your quote from consideration. Please email your quote to arlene.carlson@hqda.army.mil or FAX 703-695-9746. No information, questions or requests for clarifications will be provided in response to telephone calls from prospective offerors. Formal commun ications such as requests for clarification and/or information or questions should be in writing, corporate letterhead and faxed or emailed to: Department of the Army, Defense Contracting Command-Washington, ATTN: Arlene Dee Carlson, 5200 Army Pentagon, Washington DC 20310-5200, FAX: 703-695-9746, Email: arlene.carlson@hqda.army.mil. Written inquires will be answered in writing and provided to all offerors via an amendment. HOWEVER, because of the response time, no such inquiries will be considered if received after 7 SEPTEMBER 2004, 12:00 PM (NOON) (EST).
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00659293-W 20040829/040828101414 (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 |