The RFP Database
New business relationships start here

Effective Communications Services


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Contracting Office Address
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E226, Bethesda, MD 20892, UNITED STATES.

Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850.


The Center for Research Strategy (CRS) at the National Cancer Institute (NCI), NIH is seeking a contractor to provide services to assist in the development of clear, concise messages, and stories to effectively communicate about NCI's priorities.
This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02CO72518-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-95 (January 2017) simplified procedures for commercial items.
This acquisition is a 100% small business set-aside. The North American Industry Classification System code is 541611 and the business size standard is $15.0 million.


Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.


I. Description of Requirement


Every year the NCI prepares an annual plan and budget proposal (known as the "Bypass Budget" or "Bypass") for future fiscal years that is provided to the President and the public. Traditionally this is a request for a budget two years in the future. The major audiences for this document include the administration, congress, and the advocacy community. Beginning in Quarter 4, 2016, CRS in collaboration with the Office of Communications and Public Liaison has begun planning and preparing the FY 2019 Bypass Budget to be released in September of 2017. Discussions with NCI senior leadership will form the basis of and framework for the plan and budget proposal for the FY19 Bypass Budget.


In the performance of this contract, the contractor shall meet the conditions listed below under the categories of 1) Information Gathering and Content Review and 2) Effective Communication Strategies Training and 3) Ongoing Communications Support.


Task 1 Information Gathering and Content Review
The engagement would start with an information gathering stage wherein the Contractor would collect, review, and synthesize information related to the Bypass Budget (including past versions). In addition, the contractor would talk to key stakeholder offices at the NCI (approximately 5-7) related to document preparation and use, as well as develop an understanding of how the organization would like to implement the Bypass in future years. All this background information would be used to develop the training approach described in Task 2.


Task 2 Effective Communication Strategies Training
The contractor will design and deliver formal in-person training (e.g., workshop or similar format) to instruct participants, which will be NCI staff (approximately 15-20), in how to effectively develop and shape an aspirational narrative, communicate with motivating power, and effectively tell stories that convey who the NCI is, it's mission, accomplishments, and its plans for achieving the mission. Communication methods being taught should be grounded in scientific research (such as from the fields of neurology, psychology, social sciences, etc.) for how to engage, inspire, and effectively communicate with people. This training should focus on print media related products. The sessions would include identifying priority audiences, identifying communications challenges, and setting clear objectives. The training will be held at an NCI location.


Deliverable after sessions: Within two weeks of completing training, a memo should be submitted that includes strategic takeaways and ideas for an aspirational narrative that could be further developed.


Task 3 Ongoing Communication Support
The contractor will provide 20 hours of continued engagement after the workshops to assist in matters related to aspirational communication including but not limited to crafting messages, providing guidance on strategy, and advice on storytelling.


II. List of Deliverables


Deliverable Due Date
Orientation meeting 10 working days after award
Project status call As needed
In-person training (workshop) To be determined
Workshop summary Two week after training


Period of Performance
The estimated period of performance is from February 13, 2017 - September 15, 2017.


 


III. Payment: Payment shall be made after acceptance of the Technical Point of Contact. Payment authorization requires submission and approval of invoice per the attached Invoice & Payment Provisions.


QUESTIONS ARE DUE: January 19, 2017


PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition:


52.212-1 Instruction to Offerors Commercial Items (October 2016)


52.212-2, Evaluation Commercial Items (October 2014)


The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions.


The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government after price and other factors are considered. The following factors shall be used to evaluate offers:


1. Demonstrated expertise in communications methods grounded in scientific evidence (35%)
2. Demonstrated ability to instruct participants to craft an aspirational narrative, communicate with motivating power, and effectively develop stories (35%)
3. Experience delivering effective training and consulting for participants to achieve positive results (20%)
4. Ability to deliver effective communications training in a workshop or similar format (10%)
5. Price (Price will be evaluated separately but not scored)


A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (October 2016) - with Addenda [Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Unique Entity Identifier (October 2016)]


FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) - With Addenda


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (November 2016)


The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:


FAR 52.219‐4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014)


FAR 52.219‐6, Notice of Total Small Business Set‐Aside (Nov 2011)


FAR 52.219‐28, Post Award Small Business Program Representation (Jul 2013)


FAR 52.222‐21, Prohibition of Segregated Facilities (Apr 2015)


FAR 52.222‐26, Equal Opportunity (Sept 2016)


FAR 52.222‐36, Equal Opportunity for Workers with Disabilities (Jul 2014)


FAR 52.223‐18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)


FAR 52.225‐13, Restrictions on Certain Foreign Purchases (June 2008)


FAR 52.232‐33, Payment by Electronic Funds Transfer‐System for Award Management (Jul 2013)


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Kimesha Leake, Contracting Specialist at Kimesha.leake@nih.gov


OFFERORS: Please provide a copy of the valid certification registrations of the offeror's SAM registration through www.sam.gov.


Quotations must be received in the NCI-OA contracting office by 5:00 p.m. EST on January 24, 2017. Please refer to solicitation number N02CO72518-24 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contract Specialist at Kimesha.leake@nih.gov


All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.


 


Kimesha Leake, Contract Specialist, Phone 2402765669, Email kimesha.leake@nih.gov - Jolomi Omatete, Contract Specialist, Phone 2402766561, Email jolomi.omatete@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP