Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
MODIFICATION

99 -- Public Opinion Polls in Haiti

Notice Date
8/28/2007
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Agency for International Development, Overseas Missions, Haiti USAID-Port Au Prince, Dept. of State, Washington, DC, 20521-3400, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
521-07-015
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Point of Contact
Mona Borno, Acquisition Specialist, Phone 011-509-229-3077, Fax 011-509-229-3201, - Stephane Bright, Senior Acquisition Specialist, Phone 509-229-3071, Fax 509-229-3201,
 
E-Mail Address
mborno@usaid.gov, sbright@usaid.gov
 
Description
RFP 521-07-015 ? Public Opinion Polls ? USAID/Haiti Questions and Answers August 28, 2007 Question 1: There is no reference to the size of sampling to be taken or a margin of error that is acceptable. It is necessary to determine the sampling size that is required to accurately meet that percentage. For example a 5% margin of error would require a sampling size of only 385 respondents out of 8.7 million (the population of Haiti. On the other hand if a 1% margin is required 16,556 persons respondents are required. As you can see the number of respondents increases exponentially as accuracy is required. This obviously increases logistical costs, and field time. Our question is to know either the acceptable margin of error, or the sample size required. Answer 1: The acceptable margin of error is 3%. Question 2: There is no mention as to preferred location of study. With Haiti in such a state of flux pockets of skewed responses are to be expected far out of the range - but still within the national average. Whereas a national poll may be conducted accurately based on sampling size, and still fall into the accepted margin of error nationwide, it will not identify hot spots, or skewed sites of statistical anomalies. Our question: Are there specific cities, or regions that are to be surveyed, or are sites to be polled left to the surveyor to determine? Answer 2: We are interested in reviewing the approach of the offerors on this topic. Obviously, USAID/Haiti has a particular interest in target geographic areas for our FY2007-2009 Haiti Country Strategy. We require that the polls be national in scope and statistically-significant with the appropriate required disaggregation, per the Statement of Work (SOW). Offerors may, however, propose further disaggregation. For a copy of the current USAID/Haiti Country Strategy, please go to www.hausaid.info and click on the link ?Mission Documents;? then click on Program Office, and the strategy will be the first document in the list. Question 3: Information gathering can be interpreted in different ways. Does USAID expect information pertaining to trends to be analyzed and trends identified by the surveyor. i.e if a trend in subsequent surveys is found does USAID want the surveyor to simply present statistics? or to interpret and identify causal factors. i.e violent crimes are on a rise - does USAID want us to research and determine if new gang activity is the cause or if it is a seasonal trend that may be linked to the "Full Moon" phenomenon? Where burglaries increase on full moon nights as it is easier for criminals to see in the dark. Our Question - is interpretation of data collected required? or tracking and collecting of data only? Answer 3: Proposals should address data collection, tracking and interpretations/trends analysis. The latter is particularly important for the deliverables under this contract. Question 4: Are participation incentives acceptable? Routinely a monetary or tangible gift incentive for the participation of the respondents time is helpful to increase the likelihood of response rates. It has been shown that an incentive increases the response rate and does not adversely affect the accuracy of information being collected. It has also been shown that incentives actually lower the overall price of a difficult survey in the fact that it increases efficiency Answer 4: No incentives should be offered to respondents. Question 5: Is there a particular format to be used for the proposal? Are there particular forms that need to be submitted? Does the proposed pricing need to be presented in a particular survey? For example, do you need an overall price per survey or does that fee need to be broken down in some way? Answer 5: This will be a Firm Fixed Price Commercial Item Contract with each CLIN priced separately. Prices shall be total for each CLIN and shall not be broken down in any way. For proposal format instructions, please refer to Instructions to Offerors and FAR and AIDAR clauses listed in the RFP. Question 6: Should the proposal include a proposed local partner (including their fees) to work with to conduct the interviews? Or would that step come later? Answer 6: Offerors should list any local partners in their proposal; however, all fees and related costs shall be included in the respective CLIN?s total price. Question 7: What is the sample size of the surveys you have done to date? Answer 7: Previous USAID/Haiti polls used a sample size of approximately 1,200 respondents, which supported a margin of error of +/- 2.8% and a confidence level of 95%. Question 8: Can we get a copy of the most recent survey USAID has done in Haiti? Can we get a copy of the report from the survey? Answer 8: The successful offeror will have access on an as needed basis. Question 9: Would the presentation of the results take place in Haiti or Washington, D.C.? Answer 9: Haiti Question 10: Based on your experience, what have you found to be the biggest challenge in conducting the surveys in Haiti? Answer 10: USAID/Haiti has relied on the expertise of its contractors. Question 11: In reviewing the illustrative list of survey questions in the RFP and thinking about how USAID should approach its polling in Haiti in the future, some things come to mind: have you asked questions in the past getting at what media people listen to or watch? Have you asked what people perceive to be the biggest problems in health and education? (We have other thoughts, which we will lay out in the proposal, but were curious about these two for now). Answer 11: Per the SOW, final poll questions in each case will be determined collaboratively by USAID/Haiti and the successful offeror. Additional questions can certainly be proposed. Question 12: Are the previous polling reports available for review? Answer 12: Please refer to question and answer No. 8 above. Question 13: Is it possible for you to inform us of what the previous polling contract was let for? Answer 13: Under this RFP, this information will not be made available. Question 14: What are the expectations of USAID/Haiti regarding data collection methodology? (Given the difficulties of mail and telephone service in Haiti, our initial thought is that conducting a face to face, community level polling effort would be most appropriate). Answer 14: Offerors should propose their methodology which will be evaluated. Question 15: Does USAID/Haiti have a previously developed opinion of what constitutes a "representative sample" (sample size) of all persons in the country of Haiti? Answer 15: Please refer to questions and answers Nos. 1 and 2. above. Question 16: Would it be possible to obtain samples of previous surveys conducted for the Mission? Answer 16: Please refer to question and answer No. 8 above Question 17: Does the Mission has some guidelines regarding the length and complexity (e.g., number of questions per instrument, time estimated for respondents to answer each survey questionnaire) of the questionnaires being contemplated? Answer 17: USAID/Haiti cannot give a specific time for respondents to be allowed to answer one question, as it depends on the person?s educational level and their knowledge of the subject. If you ask a Haitian peasant their opinion of World Bank lending policies, it is possible that it will take a while, or they will say that they ?don?t know.? In other words, USAID/Haiti would like to have interviewers who are trained to adapt to the respondent?s ability to answer the questions, but who are always cognizant of the ?interest drop off? that naturally occurs in every human being after responding to multiple polling questions. Question 18: The RFP states that ?Data from these polls must be disaggregated by gender (male/female) and geographic location of the respondents by Department and Commune. There are 10 Departments and 140 Communes.? One interpretation of this statement is that very large representative samples must be drawn if statistically significant results for individual Communes are to be presented. Another possible approach would be to aggregate Communes and/or Departments by some programmatic, geographic or donor determined criteria to derive more manageable and economical sample sizes. This issue is crucial for planning, timing and costing purposes given the constraints associated with conducting surveys in Haiti. If the latter option is what the Mission has in mind, is a breakdown of the regional aggregates available? Answer 18: Same size should support a margin of error of 3%. See also answer to Question #2 above. Question 19: What type of contract is this? Is this a Firm Fixed Price? A Cost Plus Fixed Price? Etc. Answer 19: This will be a Firm Fixed Price Commercial Item Contract Question 20: Is this a new contract or a re-compete? If this is a re-compete, who is the incumbent? Answer 20: This is a recompete; the last contractor was CID GALLUP Question 21: Will the contractor have access to any existing and Government-supplied data, surveys and analyses on public perception in Haiti? Answer 21: See question No. 8. Question 22: Is there a target Sample Size already determined for these polls, or is that the responsibility of the contractor? If so, does the Government require a proposed Sample Size in our competitive bid? Answer 22: Same size sufficient to support a margin of error of 3%. Question 23: Are there any specific requirements for proposal submission other that ?Quality, Past Performance and Price?? In other words, does the Government desire to see separate Proposal volumes such as a technical and management volume? Answer 23: The USG will read all proposals in their entirety. Offerors should refer to SOW Instructions to Offerors and Questions and Answers (Q&A) for instructions on preparing proposals. Question 24: Is there any requirement to analyze collected survey data and integrate predictive modeling? Or is this initiative to simply collect, organize and present data? Answer 24: Please refer to answer to question No. 3. above. Question 25: Is there a requirement for face-to-face surveys or can the requirements of this solicitation be met through telephone interviews or other methods? Answer 25: Proposed polling methodology should be addressed by the offeror in their proposal. Question 26: Is there a requirement for the utilization of local Haitians to work under this contract? Answer 26: Proposed polling methodology should be addressed by offerors in their proposal. Question 27: Are the fieldwork locations already identified or is that the contractor?s responsibility? Answer 27: It is the offerors responsibility to propose. Question 28: Should the contractor expect to conduct polls in traditionally non-permissive areas and/or hostile areas? Answer 28: The USAID/Haiti Strategy for FY2007-2009 includes target geographic areas, of which some are considered hotspots. While there is no requirement to conduct polling in hotspots, offerors who propose including respondents from hotspots in their polls will be demonstrating their understanding of USAID/Haiti?s strategy and their effort to align their technical proposal to USAID/Haiti?s strategic interests. Question 29: Other than the gender and geographic location of respondents, are there any other specific characteristics the contractor should disaggregate? If so, is this the responsibility of the contractor to determine? Answer 29: Refer to answer to question No. 18 Question 30: In the ?Instructions to Bidders? section, it refers to how the contractor will present information to USAID/Haiti and other interested parties. Is there a specific number of presentations already determined, and are there any travel requirements associated? Answer 30: This is addressed in the SOW. Question 31: Is there a projected contract budget or Not To Exceed (NTE) proposed cost? Answer 31: No, this will be a Firm Fixed Price contract. Question 32: Is there any specific requirement for the use of programs such as Statistical Predictive Analysis Survey (SPSS)? Answer 32: Offerors should propose a methodology, keeping in mind that USAID/Haiti uses the following: Windows 2000, Exchange 2000, Travel Manager, Office XP Suite Question 33: Does the government desire any specific method for organization collected data in a database such as Microsoft Access? Answer 33: Offerors should propose a methodology, keeping in mind that USAID/Haiti uses the following: Windows 2000, Exchange 2000, Travel Manager, Office XP Suite Question 34: Which firms and/or individuals are not acceptable to USAID on this RFP? Answer 34: USAID has not determined that any firms and / or individuals are not acceptable. This statement has been deleted from the RFP and replaced with AIDAR Clause 752-7013 CONTRACTOR-MISSION RELATIONSHIPS (OCT 1989). The following statement is added to the proposal guidelines: Due to the political sensitivity of the survey questions, the proposal must demonstrate the Offerors? ability to contract interviewers who possess the highest ethical and professional standards. Question 35: Do you have a specific proposal format for the above RFP? Answer 35: Please refer to the combined Synopsis/Solicitation, including the FAR and AIDAR clauses, and all questions and answers herein.
 
Place of Performance
Address: Haiti Nationwide
Country: HAITI
 
Record
SN01387121-W 20070830/070828220101 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.