SOURCES SOUGHT
R -- Customer Satisfaction Survey Support Services
- Notice Date
- 3/7/2017
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- 1065-745010
- Archive Date
- 3/30/2017
- Point of Contact
- Amanda M. Rajah, , Terence G. Lord,
- E-Mail Address
-
RajahAM@state.gov, lordtg@state.gov
(RajahAM@state.gov, lordtg@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT – Customer Satisfaction Survey Support Services The U.S. Department of State, Office of Acquisition Management (AQM), is issuing this Sources Sought Synopsis, as a means of conducting market research to identify SMALL BUSINESSES having an interest in and the resources to support a requirement for Department of State, Comptroller’s Bureau for Global Financial Services (CGFS). The results of this market research will contribute to determining the method of procurement and assist DOS in developing and further defining procurement, acquisition, and development strategies. This market research will identify all potential sources, including small business sources (including 8(a) business development participants, veteran-owned small businesses, service disabled veteran-owned small businesses (SDVOSB), HUB Zone small business concerns, small disadvantaged businesses, women-owned small business concerns and economically disadvantaged women-owned small business concerns). The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 541611 (Administrative management and general management consulting services). Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the "DRAFT" statement of work below under this NAICS code. The anticipated acquisition strategy is a single award BPA containing a combination of Fixed-Price, Cost-Reimbursement, Time-and-Materials (T&M), and Labor-Hour (LH) CLINs which may be performance based, where possible. This is not a solicitation announcement. No contract will be awarded from this announcement. This request for capability information does not constitute a request for proposals and does not bind the U.S. Government (USG) to any agreement, written or implied. Submission of any information to this market survey is purely voluntary. The USG assumes no financial responsibility for any costs incurred by respondents. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Sources Sought Notice. The " DRAFT" statement of work attached below to this Sources Sought Notice outlines the specific level of support required. Contractors should review the attached draft and submit capability statements reflecting their companies' capabilities to provide the effort described. Note that the statement of work is a "DRAFT" and may change when the solicitation is issued; however, the core requirements will not change. Questions, recommendations, and comments are highly encouraged/welcomed. If your company has the capacity to perform the services outlined in this notice, please provide the following information: (1) Organization name, address, email address, web site address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, Cage Code, SAM information. (2) A detailed capability statement reflecting the firm’s ability to perform the services requested in this notice; and relevant experience (what you did) past performance history (how you did it/how you performed) documenting ability to perform similar requirements. In addition, your capability statement and relevant past performance history should identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements, to include the types of personnel that would be utilized in executing the requirements. (3) A listing of any federal government-wide acquisition contracts (GWACS) or Federal Supply Schedule contracts your firm currently possesses, including their periods of performance. (4) Indicate whether or not any portion of work that may need to be done by subcontractors. The deadline for submitting capability statements in response to the Sources Sought Notice is 2PM(EDT) March 15, 2017. Responses are limited to 5 pages (excluding cover page and table of contents), font size 12, and shall be submitted to Amanda Rajah, Contracting Officer, via email at RajahAM@state.gov and shall have the words " Customer Satisfaction Survey Support Services SS Response " in the "subject" line. Sales brochures, videos and other marketing information materials will not be accepted. Telephone inquiries will NOT be accepted or acknowledged. Questions regarding this Notice must be submitted no later than 2PM on March 9, 2017. It is the responsibility of the potential offerors to monitor both FedBizOpps.gov and eBuy.gov for any information that may pertain to this Sources Sought Notice or a future solicitation. Statement of Work (DRAFT) Scope The contractor shall provide consultant and advisory services required to create, distribute and evaluate the results of customer satisfaction surveys both domestically and overseas annually. The results of the data collected shall be useful in identifying opportunities for improving business processes. Tasks Task 1 – Survey Data Collection: - Review survey content annually to ensure the implementing office goals are being met by the data collected; recommend and implement changes to align with these goals. - Provide and operate internet accessible survey collection application, using service and customer subscription data provided by CGFS/ICASS or CGFS/GFS: o Respondents complete survey using common web browsers, specifically those installed on Department of State workstations (currently Internet Explorer and Chrome) and mobile devices. o Application simplifies data entry for respondents; in particular, filters available rating choices for respondents based on their physical location, the services their agency subscribes to, and the respondent’s employment status/relationship with the Department of State. Updates to this information occur annually and will be provided prior to beginning of collection with such changes implemented and tested prior to the collection period. Additional corrections and updates to this information may occur during the collection window, with such changes implemented within 48 hours of receipt of necessary information. o Application remains 99.99% available worldwide during survey collection time frames. - Update the survey collection application annually to support changes to location, population, subscription, employee and other data as required. Task 2 – Reporting: - Provide accurate and error-free quantitative reports on data collected during the survey. - Up to five (5) ad-hoc reports may be requested in addition to the delivery of standard reports. - Establish and implement quality control measures to ensure accuracy of reporting data. - Establish and implement measures to maintain respondent anonymity in all reports. - Generate reports using machine readable formats (xls, xlsx, csv, pdf, html, etc.) that are viewable on common Department of State workstations without installation of software not included in the standard operating environment. - Provide daily participation rate reports during collection phase that show number of respondents by post and agency compared to baseline data provided by CGFS/ICASS or CGFS/GFS. - Provide average rating results for all questions for each post that allow historical, regional, and global comparison of all metrics collected. - Provide a data set in Excel format with detailed rating results by all categories, including region, post, service, and others, and respondent dimensions such as agency, personnel category and others. - Provide reports with customer comments and related meta-data in Excel format that allows for results to be shared on a per post basis (i.e.: one file per post), in addition to a single report of all comments. - Conduct text analytics and deliver related reports on customer comments to identify recurring and emerging areas of interest or concern. Place of Performance The primary place of performance shall be at the Contractor’s site. Security Requirements No facility clearance is required for this work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1065-745010/listing.html)
- Record
- SN04426075-W 20170309/170307235001-274333943fd46f4e036b6584039bb90c (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 |