News Release Distibution, Broadcast, Online News and Social Media Monitoring
ID: RFQ-CPS-6000-25-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

CONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONBETHESDA, MD, 20814, USA

NAICS

Advertising Material Distribution Services (541870)

PSC

NEWSPAPERS AND PERIODICALS (7630)
Timeline
    Description

    The Consumer Product Safety Commission (CPSC) is seeking qualified contractors to provide news release distribution, online news and social media monitoring, and social media management services. The primary objective is to enhance the dissemination of CPSC's recall announcements and safety campaigns, ensuring timely and accurate communication to the public, including the translation of materials into Spanish. This firm-fixed price contract will span one base year from March 15, 2025, to March 14, 2026, with four optional extensions, and requires deliverables such as daily media hit alerts and comprehensive reporting on media coverage. Interested parties must submit their quotes by February 18, 2025, and can direct inquiries to Felecia Pritchett at fpritchett@cpsc.gov or by phone at 301-504-6979.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Quotation (RFQ) process for a federal contract, emphasizing that contract award is contingent upon funding and pricing validity through September 30, 2024. Offerors must submit their quotes by February 18, 2025, and can ask questions until February 14, 2025. Proposals are to be organized into three separate volumes: Volume 1 for contract and pricing documents, Volume 2 for the technical quote, and Volume 3 for past performance. All submissions must adhere to specified guidelines, and the quotes will be evaluated based on technical capability, past performance, and price. Technical aspects are prioritized, and the government may choose not to award a contract based on the quality of submissions and availability of funding. Offerors are encouraged to present their qualifications and demonstrate their capability for national media outreach and timely distribution of materials, including translations into Spanish. The evaluation process allows for the possibility of negotiations if initial proposals do not meet requirements, underscoring the government’s intention to secure the best value for taxpayer funds while emphasizing compliance with RFQ guidelines.
    The Performance Work Statement outlines the requirements for a contractor to provide electronic distribution, traditional media monitoring, and social media management for the U.S. Consumer Product Safety Commission (CPSC). The contractor's responsibilities include distributing CPSC press releases and documents, conducting media monitoring across various platforms, and translating materials into Spanish. This firm-fixed price contract spans one base year (March 15, 2025, to March 14, 2026) with four optional extensions, emphasizing the need for timely, accurate distribution and monitoring services to enhance public safety messaging. Key deliverables include daily media hit alerts and comprehensive reporting on media coverage and audience impressions. The contractor must demonstrate experience in similar services and ensure seamless coordination with CPSC staff, including providing access to monitoring platforms and training. Performance will be assessed based on customer satisfaction, timely delivery of services, and adherence to reporting requirements, reflecting the critical nature of effectively communicating CPSC's safety messages to the public.
    The document outlines essential guidelines for contractors delivering goods to the Consumer Product Safety Commission (CPSC), establishing clear protocols for delivery, billing, inspection, and information security. It specifies that deliveries must be made inside to designated rooms, while large items require prior scheduling for dock use. Invoicing must occur through the Invoice Processing Platform (IPP) to ensure prompt payment compliance with federal laws. The contractor agrees to strict nondisclosure of data obtained during the contract and must secure non-disclosure agreements from employees involved. Additionally, the section addresses compliance with civil rights and labor laws, requiring representations regarding small business status, veteran ownership, and tax responsibilities. It also emphasizes prohibitions against contracting with specific entities as outlined by the FAR clauses, ensuring compliance with federal regulations on various operational aspects. The document serves as a crucial guide for contractors navigating federal bidding processes, emphasizing regulatory adherence and transactional optics within government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cable TV and Internet Services
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with Comcast of Maryland Limited Partnership for the provision of cable TV and internet services at its facilities in Bethesda, Maryland. This procurement is necessary to maintain uninterrupted service and infrastructure, as Comcast has already established the required infrastructure at the sites, including the point of entry for the services. The CPSC emphasizes that switching to another provider would lead to service interruptions and delays in restoring services, particularly for the WiFi infrastructure at the sample storage facility, which relies on the existing service level agreement with Comcast. Interested parties may submit a capability statement to Contract Specialist Lydia Glasgow at lglasgow@cpsc.gov by 10 AM Eastern Time on February 18, 2025, to express their interest, although this notice is not a request for competitive quotations.
    Industrial Gas Supply
    Buyer not available
    The U.S. Consumer Product Safety Commission (CPSC) is seeking a supplier for a Blanket Purchase Agreement (BPA) to provide specialty and compressed gases essential for product safety testing at its National Product Testing and Evaluation Center (NPTEC). The procurement aims to secure a reliable source of gases, including commonly used gases and cryogenic liquids, with an estimated total value of $500,000 over five years, emphasizing the need for timely delivery and compliance with federal regulations. This opportunity is critical for maintaining uninterrupted product safety testing, and interested suppliers must submit their quotes by February 14, 2025, with questions due by February 6, 2025. For further inquiries, contact Ankur Patel at apatel@cpsc.gov.
    Annual Preventative Maintenance of Water Xevo TQ-S Cronos
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract for the annual preventative maintenance of the Waters Xevo TQ-S Cronos (with Acquity UPLC) with Waters Technologies Corporation. This procurement involves servicing the analytical instrument, which includes parts and labor for service requests, as well as conducting annual preventative maintenance, ensuring the instrument's optimal performance. The Xevo TQ-S Cronos is critical for laboratory analysis, and Waters Technologies Corporation is the sole provider of the necessary service and support due to its unique expertise and proprietary parts. Interested parties may submit a capability statement to the primary contact, Derrick Braswell, at dbraswell@cpsc.gov by 12 PM Eastern Time on February 12, 2025, as the government will consider all responses received within seven business days of this notice.
    Media Monitoring Services
    Buyer not available
    The U.S. Embassy in Canberra is seeking quotations for Media Monitoring Services to enhance its Public Affairs Office's media engagement. The contract requires comprehensive monitoring of print, radio, television, online news, and social media, along with daily briefings and customized reporting optimized for email dissemination. This service is crucial for effective media management and communication within the U.S. Government, ensuring accessibility for multiple account holders. Interested contractors must submit their quotations by February 28, 2025, with the contract expected to commence on March 16, 2025, and run for one year, potentially extending based on performance. For inquiries, contact Terry Alston at cnbgsoprocurement@state.gov or Vicki Page at pagev@state.gov.
    Media Monitoring Services U.S. Embassy, Islamabad
    Buyer not available
    The U.S. Embassy in Islamabad is seeking contractors to provide media monitoring services, which will involve tracking Pakistani television broadcasts, newspapers, specified YouTube channels, and social media for information pertinent to U.S. Government interests on a daily basis throughout the year. This procurement is crucial for maintaining awareness of media narratives that may impact U.S. interests in Pakistan. The contract will be structured as a Firm Fixed Price agreement, with an initial base year and four optional one-year extensions, contingent upon the Government's discretion. Interested parties should submit their proposals electronically, ensuring that file sizes do not exceed 30MB, and may inquire about a pre-proposal conference, with further details to be provided in the solicitation. For additional information, contractors can contact Jimmy Don Canada at Islamabad-GSO-Contracting@state.gov or Khurram Shahzad at ShahzadK2@state.gov.
    MWRO - CIS CAD Support and Maintenace contract
    Buyer not available
    The National Park Service (NPS) is seeking quotations for the CIS CAD Support and Maintenance contract, aimed at providing essential technical support for its Computer Information System (CIS) Computer Aided Dispatch (CAD) system across five Midwest Region Dispatch Centers. The contract will cover a base year from March 1, 2025, to February 28, 2026, with two optional extension years, ensuring 24/7 technical support, software updates, and remote diagnostics to maintain operational efficiency and security. This procurement is critical for the uninterrupted functioning of the CAD services, with a total small business set-aside designation under NAICS Code 541511, and interested vendors must submit their quotes by February 12, 2025, to Adam Kircher at adamkircher@nps.gov.
    World Trade Center Health Program Third-Party Administrator (TPA)
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking a qualified third-party administrator (TPA) for the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing a call center, and processing medical claims related to WTC-related health conditions for individuals affected by the September 11th attacks. This program is crucial for providing medical monitoring and treatment to eligible participants, ensuring they receive the necessary care and support. Interested parties should note that the solicitation is anticipated to be released on January 16, 2025, with proposals due by April 11, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
    Central Plateau Cleanup Contract (CPCC) Revised Draft RFP
    Buyer not available
    Special Notice Department of Energy (DOE) is planning to release the Central Plateau Cleanup Contract (CPCC) Draft Request For Proposal by the end of the fourth quarter of Fiscal Year (FY) 2018. The DOE is seeking input on the incorporation of the End States initiative into the CPCC solicitation. An Industry Exchange will be held the week of August 13, 2018, where interested parties can provide their input. The details and registration instructions for the Industry Exchange will be provided on the EMCBC procurement website. The CPCC electronic documents library has also been updated with information related to the acquisition. Interested parties can request additional information to be added to the documents library by sending an email to CPCC@emcbc.doe.gov.
    Inter-Connection Point (ICP) Colocations
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information from qualified contractors regarding the provision of Inter-Connection Point (ICP) colocation services. The primary objective is to establish scalable ICPs and CAPs across multiple geographically diverse locations, ensuring high-quality inter-connectivity between various Internet Service Providers (ISPs) and Cloud Service Providers (CSPs). This procurement is crucial for enhancing secure and efficient data center operations that support governmental functions, particularly in the context of dynamic infrastructure provisioning. Interested parties must submit their responses by 12:00 PM EDT on February 7, 2025, to Ebrima Conteh at ebrima.conteh@cbp.dhs.gov, adhering to a 10-page limit for their submissions.
    Z--CONSTRUCTION, SERVICE, CROSSWALK LINE STRIPING, NATIONAL MALL AND MEMORIAL PARKS
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price contract focused on crosswalk line striping at the National Mall and Memorial Parks. The project aims to enhance pedestrian, motorist, and cyclist visibility by applying approved thermoplastic materials to designated crosswalks. This procurement is significant for maintaining safety and accessibility in one of the nation's most visited public spaces. The RFP is expected to be released around February 18, 2025, with a submission window of 30 days, and the estimated project cost ranges from $25,000 to $100,000. Interested contractors must have an active vendor record in SAM.gov and are encouraged to contact Christian Sanabria at ChristianSanabria@nps.gov or 470-819-0953 for further information.