United States - Media Monitoring Subscription
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 31 May 2019
- Opportunity publication date
- 23 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 22, 2019 3:05 am
OPEN MARKET REQUEST FOR QUOTATION
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; quotes are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside, therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20190215. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION.
Basis for Award. The Government intends to issue a single purchase order, and will award to the responsible offeror with satisfactory past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified.
Solicitations for supplies valued less than $1 million will use the past performance evaluation procedures outlined in DFARS 213.106-2 and described in clause 252.213-7000, incorporated herein.
Price evaluation will typically be conducted through price competition, as authorized in FAR 15.4. The offeror's quoted shipping costs, if any, will be included in the price evaluation.
*ONLY OPEN MARKET PRICING WILL BE CONSIDERED*
Addendum to 52.212-1 Instructions to Offerors. The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive.
Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Quotes submitted without the required coversheet will not be evaluated nor considered for award.
This is a "Brand Name or Equal" procurement and the provision at FAR 52.211-6 is incorporated. When quoting 'equal' items, ensure you are familiar with this provision and the required additional information is submitted for the government to determine technical acceptability.
Offerors shall submit their response to this RFQ and all questions via email to joshua.roe0@usmc.mil no later than the posted Response Date in this listing.
Please see the below for the requirement's details:
CLIN0001: Media Monitoring Subscription
Referenced MFR: Meltwater
Referenced Part number: Meltwater Subscription or equal
- Shall track hyper-local, local, regional, national and international media events across various media platforms, including print, broadcast, web based, and social media.
-Shall provide in-depth analysis based on content from across various media platforms, while making comprehensive reports readily available to share and archive via download.
-Shall provide a one year/twelve month subscription with at least 10 usernames and passwords, which will be able to be simultaneously logged in from various locations throughout the globe, 24 hours a day, 7 days a week. Outages shall be compensated by the vendor.
-Shall provide print, broadcast, web based, and social media monitoring and analysis within local, national and international outlets and platforms. This is required to include Japanese, Philippine, Australian, Thai, Russian and Chinese media, as well as applicable social media platforms such as Facebook, Twitter, Snapchat, Chinese based Sina Weibo and WeChat.
-Shall have translation capabilities (host language to English) for all outlets and platforms monitored.
-Shall have broadcast news clips from Designated Market Areas (DMAs) networks and their local affiliates, independent stations, major cable stations, online news and radio networks shall be available to download, save and have a unique link to the content at a time period of no more than one (1) hour after being aired and or published. Digital print content shall be available from newspapers, magazines, blogs, press releases, newsletters, academic journals and trade journals et al.
- Shall have access to published content hidden behind a pay wall or otherwise requiring a subscription to view. A synopsis of the information is acceptable if the full article cannot be retrieved, however a minimum of a 200 word synopsis or relevant paraphrase of the article or transcript must be made available.
-Shall have unlimited access to an easily searchable database of downloadable "As-aired" or published evidence of how products and interviews were used on the various media mentioned. Clips will be used to provide feedback and training to commanders on interview techniques and a comprehensive summary of media coverage to assess the attainment of communications objectives. Additionally, the archived clips will be used as reference material to be used for internal communications products. The ability to generate customizable reports based on keywords and timelines; information provided will include promotional value and media market research data, to include sentiment. Real-time email alerts shall be available in order to notify unit representatives to media activity and coverage relevant to commanders. The ability for the contractor to provide graphical media analysis is imperative in order to deliver quantifiable assessments.
-Shall provide access to an up-to-date media contacts database, which shall include local, regional and national broadcast and print companies and journalists contacts in relation to the location of Okinawa, Japan and the Pacific Region.
-Shall provide customer support during our working hours in the Pacific Region.
QTY: 12 Month
The following FAR and DFAR provisions apply:
FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998),
Full text of each provision may be accessed electronically at http://farsite.hill.af.mil/
FAR 52.204-7: System for Award Management (Oct 2018),
FAR 52.204-13: System for Award Management Maintenance (Oct 2018),
FAR 52.204-16: Commercial and Government Entity Code Reporting (Jul 2016),
FAR 52.204-17: Ownership or Control of Offeror (Jul 2016),
FAR 52.204-20: Predecessor of Offeror (Jul 2016),
FAR 52.211-6: Brand Name or Equal (Aug 1999),
FAR 52.212-1 Instructions to Offerors (Oct 2018),
Addendum - see section above entitled: Addendum to 52.212-1 Instructions to Offerors,
DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials (Nov 2011),
DFARS 252.209-7999: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) (Oct 2018),
DFARS 252.213-7000: Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (Mar 2018),
The following FAR and DFAR clauses apply:
FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998),
Full text of each clause may be accessed electronically at http://farsite.hill.af.mil/
FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018),
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016),
FAR 52.204-19: Incorporation by Reference of Representations and Certifications (Dec 2014),
FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015),
FAR 52.209-10: Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015),
FAR 52.212-4: Contract Terms and conditions - Commercial Items (Oct 2018),
FAR 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items DEVIATION (Jan 2019),
FAR 52.223-5: Pollution Prevention and Right-to-Know Information (May 2011),
FAR 52.223-18: Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011),
FAR 52.232-33: Payment by Electronic Funds Transfer -System for Award Management (Oct 2018),
FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors (Dec 2013),
FAR 52.233-1: Disputes (May 2014),
FAR 52.233-3: Protest After Award (Aug 1996),
FAR 52.233-4: Applicable Law for Breach of Contract Claim (Oct 2004),
FAR 52.237-2: Protection of Government Buildings, Equipment, and Vegetation (Apr 1984),
FAR 52.243-1: Changes- Fixed Price (Aug 1987),
FAR 52.247-1: Commercial Bill of Lading Notations (Feb 2006),
DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011),
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013),
DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992),
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016),
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013),
DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017),
DFARS 252.225-7043: Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015),
DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Dec 2018),
DFARS 252.232-7006: Wide Area Work Flow Payment Instructions (Dec 2018),
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s): Invoice 2in1
(2) (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF
Data to be entered in WAWF
Pay Official DoDAAC
M67443
Issue By DoDAAC
M67400
Admin DoDAAC
M67400
Inspect By DoDAAC
Ship To Code
M20380
Ship From Code
Mark For Code
M20380
Service Approver (DoDAAC)
M20380
Service Acceptor (DoDAAC)
M20380
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
(TBA)
(End of clause)
DFARS 252.232-7008: Assignment of Claims (Overseas) (Jun 1997),
DFARS 252.232-7010: Levies on Contract Payments (Dec 2006),
DFARS 252.233-7001: Choice of Law (Overseas) (Jun 1997),
DFARS 252.243-7001: Pricing of Contract Modifications (Dec 1991),
DFARS 252.244-7000: Subcontracts for Commercial Items (Jun 2013),
(End of RFQ),
- Opportunity closing date
- 31 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy MCB Camp Butler - MCIPAC-MCBB United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.