SOLICITATION NOTICE
69 -- Data Collection and analysis Consulting Services - Attachment 1
- Notice Date
- 3/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- APHIS-S-11-473184
- Archive Date
- 5/23/2011
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- If quote package does not contain Checklist, on-line completion of CCR and ORCA Registrations; quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 541512 - Computer Systems Design Services (with strong emphasis on Administrative Management and General Management Consulting Services) Size Standard $25.mil (V) DESCRIPTION Data Collection and analysis Consulting Services using Sensemaker Software or equivalent - Brand Name or Equal IAW 52.211-6 Please include cost of system use, software needed, additional training/instruction Statement of Work A. BACKGROUND The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), Centers for Epidemiology and Animal Health (CEAH), Fort Collins, Colorado, has a requirement for data collection and narrative analysis from Veterinary Services employees regarding their VS 2015 vision. B. OBJECTIVES The contractor shall: 1. Measure attitudes and beliefs of Veterinary Services approximately 1700 employees regarding implementation of VS 2015 strategic plan by using and testing narrative capture and analysis techniques rather than survey research techniques. 2. Design and implement a study to collect this narrative data from Veterinary Services employees and analyze data using SenseMaker Software (or equivalent). 3. The attitude and belief study goals a. Test specific rumors or hypothesis regarding these beliefs. b. Identify weak signals in the workforce that the Veterinary Services Management should pay attention to in implementing its 2015 initiatives c. Evaluate where Veterinary Services is in the development of VS 2015 i. Determine what employees consider to be a success for VS2015 ii. Determine what Veterinary Services as an organization needs to do to achieve success in VS 2015 iii. Determine through the distributed cognition afforded by the narrative research what employees' sense is of stakeholder acceptance iv. Develop comparative measures and benchmarking at individual levels (if possible) d. Use the data to develop and use visual representations of culture and cultural change 4. The narrative capture and analysis study objectives: a. Test the effectiveness and efficiency of using mass narrative capture and analysis techniques b. Compare the types of data collected and analyzed with those typically collected using survey research methods c. Test the concept of disintermediation by making data available to some of the Veterinary Services Management without extensive analysis to see what learning occurs. 5. Present a formal written and oral report of findings to the Veterinary Services Management Team. This will require the vendor to travel to either Fort Collins, CO, Ames, IA, Washington, DC, or Raleigh, NC (actually location to be determined). 6. 508 compliance - Supplies or services delivered as a result of this solicitation will be accepted based in part on satisfaction of Section 508 requirements for accessibility. Accessibility factors to be used in the evaluation of proposals and acceptance criteria for inspection/testing of the delivered product and to request accessibility information from vendor. Further information on Section 508is available at: http://www.section508.gov/. C. PERIOD OF PERFORMANCE Four months from date of award D. DELIVERABLES In accordance with the objectives, the contractor shall provide a report of the analysis of narrative data from the use of Sensemaker (or equivalent) suite of software to include an Executive Summary, the analysis itself, an electronic replica of the data set, and a next steps scenario to go beyond the scope of this initial study for agency consideration. PLEASE SPECIFY IF: Program is available on Aglearn Software is installed and licensed to users Program is accessible on-line E. INVOICING Contractor shall provide a detailed final invoice to CEAH upon completion of the project. The Veterinary Services Technical Representative has the option of extending the projected completion date without any additional cost to CEAH.  Payment shall be made in U.S. Dollars.  Work shall be accomplished via e-mail and Internet.  Travel to present findings will be required. F. ADDITIONAL INFORMATION The projected completion date may be extended upon receipt of a modification issued by the Contracting Officer without additional cost to the USDA. The Veterinary Services Technical Representative shall request an extension stating the circumstances for the additional time. Salient Charachteristics Sensemaker is a proprietary software developed and owned by Cognitive Edge Solutions (Dr. Dave Snowden). This is a unique, one-of-a-kind software that captures and analyzes narrative data (not numerical data as most surveys do). So that a large number of employees can be surveyed and they would answer narratively. MUST PROVIDE PROOF OF LICENSING PERMISSION FOR USE OF SOFTWARE IF OFERING USE OF SENSEMAKER SOFRWARE USDA Technical Contact: Dr. Larry M. Granger Director, VETERINARY SERVICESCenters for Epidemiology & Animal Health Building B, MS2E3 2150 Centre Ave Fort Collins, CO 80526 Phone: (970) 494-7201 / Fax: ( 970) 472-1897 / Email: larry.m.granger@aphis.usda.gov (VI) Delivery Location: Work shall be accomplished via e-mail and Internet. A written report and formal oral Present of findings will require the vendor to travel to either Fort Collins, CO, Ames, IA, Washington, DC, or Raleigh, NC (actual location to be determined). Transportation, lodging, meals, and incidental expenses. Contractors' actual trips/travel costs (total trips, per diem, hotel, etc), will be processed and paid under the invitational travel in GovTrip. Costs incurred for lodging, meals, and incidental expenses as defined in the regulations cited in the Federal Travel Regulations Bulletin (FTR) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the FTR. Applicable Federal Travel Regulations (FTR) Per Diem Bulletins issued periodically by the Office of Governmentwide Policy, Office of Transportation and Personal Property, Travel Management Policy, and available on the Internet at http://www.gsa.gov/perdiem for actual expense, see 41 CFR 301-11.303 and 301-11.305. (VII) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (VIII) The Government will award from this solicitation to the most technically acceptable, responsible offeror whose offer best conforms to the Brand Name Products' specifications and Salient Characteristics, and is most advantageous to the government. Technical qualities, Price, Delivery and other factors considered. Please quote all or none. Each proposal shall respond to each of the evaluation factors identified below., technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: Technical Evaluation Factors: 1.) All proposals will be rated by comparing descriptive literature against the salient characteristics. 2.) Price 3.) Delivery/Installation. 4.) 508 compliance Solicitation evaluations will also be based in part on the proposal responsiveness to Section 508 requirements and considerations for accessibility. Potential vendors will be asked to provide proof of conformance with these requirements through the Voluntary Product Accessibility Template or other information. Supplies or services delivered as a result of this solicitation will be accepted based in part on satisfaction of Section 508 requirements for accessibility. Accessibility factors to be used in the evaluation of proposals and acceptance criteria for inspection/testing of the delivered product and to request accessibility information from vendor. Further information on Section 508 is available at: http://www.section508.gov/. (IX) 52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (X) 52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. 452.219-70 Size Standard and SIC Code Information 52.217-9 Option to Extend the Term of the Contract. 52.211-6 Brand Name or Equal. 508 Compliance (XI) WARRANTY ITEMS Warranty: Explain all details of any warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. (XII) Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due March 22, 2011 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-473184/listing.html)
- Place of Performance
- Address: USDA/APHIS/VS/CEAH, Fort Collins, Colorado, 80526, United States
- Zip Code: 80526
- Zip Code: 80526
- Record
- SN02393583-W 20110306/110304234214-a40bc1c32d47e2df17f0cc3d55ecc6eb (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 |