D--Social Data Analytics Subscription Service

expired opportunity(Expired)
From: Federal Government(Federal)
N0060417Q4051COMBINE

Basic Details

started - 14 Aug, 2017 (about 6 years ago)

Start Date

14 Aug, 2017 (about 6 years ago)
due - 17 Aug, 2017 (about 6 years ago)

Due Date

17 Aug, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
N0060417Q4051COMBINE

Identifier

N0060417Q4051COMBINE
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AMENDMENT 4 (8/14/2017): Request for Quotations has been reopened and closes on 8/17/2017, 2:00 HST. All Offerors are requested to respond to the following:1. Provide a brief description of the technical solution for each element of the Specifications for Social Data Analytics Subscription Service, 1 through 16 below. Limit responses to no more than five (5) pages; all technical information already received by Offers will be incorporated into the technical evaluation. Note that any exception or deviation from the Specifications provided may result in an evaluation of Technically Unacceptable.2. CLINS and Period of Performance has been changed to: CLIN 0001: (Base), Qty 1, U/I GroupSocial Data Analytics Services Subscription POP: 09/01/2017 to 08/31/2018CLIN 0002: Qty 1, U/I EachTraining, within one month of contract awardDelivery: 8/31/2018CLIN 1001: (Option 1), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2018 to 08/31/2019CLIN 2001: (Option 2), Qty 1, U/I
GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2019 to 08/31/2020CLIN 3001: (Option 3), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2020 to 08/31/2021CLIN 4001: (Option 4), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2021 to 08/31/20223. Offerors shall affirm or provide updated quotes.AMENDMENT 3 (7/31/2017): CLIN 0002, Training, has been added; Offerors should provide a separate price, if any, for training. FAR Clause 52.213-2 Invoices was added to the RFQ. Unit of Issue for CLINS 0001, 1001, 2001, 3001 and 4001 has been changed to Group. See attached Contractor Submitted Questions, 7/28/2017. AMENDMENT 2 (7/27/2017): due date for quotations has been extended to 8/2/2017, 2:00pm HST. Requests for Information (RFIs) will be accepted until 7/28/2017, 2:00pm HST. Answers to RFIs will be posted as attachments to the solicitation. Period of Performance dates have been changed (See CLINs below). See attached Contractor Submitted Questions, 7/27/2017.AMENDMENT 1 (7/27/2017): target monthly balance of 100,000 media results.Note: submissions must be sent directly via email to ryan.kanda@navy.mil. NECO access is not required tosubmit a bid.This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-17-Q-4051. This solicitation document incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 519130 and the Small Business Standard is 1,000 employees. The proposed contract is 100 percent Small Business Set-Aside. The Small Business Office concurs with the decision. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following:Specifications for Social Data Analytics Subscription Service1. Must provide news media and online social media monitoring services (Amendment 01: target monthly balance of 100,000 media results).2. Must setup a social media command center that provides media trends related to Department of Navy interest (keywords and phrases will be determined during initial setup).3. Must provide assistance during the initial set-up of the news media and social media command center. Assist customers with identifying keywords for searches and setting-up searches. Assist customer with the building of a Status Board. The Status Board must have the ability to be tailored to new incidents within five minutes of data entry. 4. Must be able to globally track specific key social indicators, key words and combinations of words in real-time through the analysis of public information in the news media and on social media. Keyword examples (i.e. Joint Base Pearl Harbor Hickam, Navy Region Hawaii, Arizona Memorial, safety, security, accident, weather, tsunami, fire, hurricane, flooding, traffic, threat, danger, fuel leak).5. Must be able to provide comprehensive media monitoring of all major social networking sites, online news, print and TV/radio conversations, corporate websites, blogs and forums.6. Must be able to provide global coverage of media monitoring in multiple languages including English, Japanese, Russian, French, Spanish, Portuguese, German, Korean, Mandarin, Cantonese, Malay, Indonesian and Tagalog.7. Must be able to identify the difference between usual media activity and situational media activity where there is increased activity related to keywords or phrases (i.e. Joint Base Pearl Harbor Hickam or Navy Region Hawaii).8. Must be able to provide early warning signals of unusual incidents or crisis events with customizable alerts that can be easily tailored as incidents evolve and the customer has the ability to change criteria.9. Must be able to provide alerts via smart phone, text, and email about unusual media activity related to key words identification. 10. Must be able to provide maps with pinpoints of media activity that show how keywords are being shared or repeated. Must be able to view data on maps at the street level. 11. Must be able to view and filter data by country, state, region, city, and street level.12. Must provide a portal separate from the status board within the system that allows for the management of information related to a specific event (i.e. a safety or security incident). Chatrooms must be included in the portal. 13. Provide training at vendor location within one month of contract award; the training must include the types of data analysis used by the vendor to establish usual and unusual media activity; how to build and change key word searches, how to customize the status board and social media center, how to use tools within the system for crisis management and how to use the maps within the system to display different information. 14. Must provide a Technical Point of Contact. 15. Must be able to provide 24 hours a day 7 days a week (24/7) telephone, email customer service, and online customer service. 16. The following Section 508 Accessibility Standard(s) (Technical Standards and Functional Performance Criteria) are applicable to this acquisition.a. 1194.21—Software Applications and Operating SystemsCLIN 0001: (Base), Qty 1, U/I GroupSocial Data Analytics Services Subscription POP: 09/01/2017 to 08/31/2018CLIN 0002: Qty 1, U/I EachTraining, within one month of contract awardDelivery: 11/30/2018, estimatedCLIN 1001: (Option 1), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2018 to 08/31/2019CLIN 2001: (Option 2), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2019 to 08/31/2020CLIN 3001: (Option 3), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2020 to 08/31/2021CLIN 4001: (Option 4), Qty 1, U/I GroupSocial Data Analytics Services SubscriptionPOP: 09/01/2021 to 08/31/2022The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements52.204-7 System for Award Management52.204-13 SAM Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-18 CAGE Maintenance 52.204-13 System for Award Management Maintenance52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law52.212-1 Instructions to Offerors - Commercial Items52.212-3 Alt I Offeror Representations and Certifications - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items Including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity52.222-36 Equal Opportunity for Workers w/Disabilities52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - System for Award Management52.213-2 Invoices52.217-5 Evaluation of Options52.217-9 Option to Extend the Term of the Contract52.232-18 Availability of Funds52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protest After Award52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by ReferenceThe following DFAR provision and clauses are applicable to this procurement:252.203-7000 Requirements Relating To Compensation Of Former Dod Officials252.203-7002 Requirement To Inform Employees Of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control Of Government Personnel Work Product252.204-7004 Alt A System For Award Management Agreements 252.204-7008 Compliance with Safeguarding covered Defense Information Controls252.204-7011 Alternative Line Item Structure252.204-7012 Safeguarding Of Unclassified Controlled Technical Information252.204-7015 Disclosure Of Information To Litigation Support Contractors252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports252.232-7006 Wide Area Workflow Payment Instructions252.232-7010 Levies On Contract Payments252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel252.239-7017 Notice of Supply Chain Risk252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)252.247-7023 Transportation Of Supplies By Sea This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov.Quoters are reminded to include a completed copy of FAR 52.212-3 and Alt I, FAR 52.204-20, and FAR 52.209-11 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 1400 Hawaiian Standard Time (HST), Thursday on 17 August 2017. All quotes must be submitted via email only, to ryan.kanda@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be made to the bidder submitting the Lowest Price Technically Acceptable quote, with no adverse findings in the Past Performance Information Retrieval System (PPIRS). System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** Contact Information: Ryan Kanda 808-473-7582 Office Address :N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI Location: NAVSUP Fleet Logistics Center Pearl Set Aside: Total Small Business

NAVSUP Fleet Logistics Center PearlLocation

Address: NAVSUP Fleet Logistics Center Pearl

Country : United StatesState : Hawaii

You may also like

EBSCO SUBSCRIPTION SERVICES

Due: 16 Jul, 2025 (in 14 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

DATA SUBSCRIPTION

Due: 22 Apr, 2029 (in about 5 years)Agency: CONSUMER FINANCIAL PROTECTION BUREAU

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 519130 GSA CLASS CODE: D