Survey Data Quality Control Services
ID: 951700-25-Q-0009Type: Combined Synopsis/Solicitation
Overview

Buyer

UNITED STATES AGENCY FOR GLOBAL MEDIA, BBGUNITED STATES AGENCY FOR GLOBAL MEDIA, BBGOFFICE OF CONTRACTSWASHINGTON, DC, 20237, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The United States Agency for Global Media (USAGM) is seeking qualified vendors to provide Survey Data Quality Control Services under a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to enhance the quality and efficiency of survey data management for the International Audience Research Program, which spans over 90 countries and involves conducting ten full surveys and twenty omnibus surveys annually. This initiative underscores the importance of maintaining high standards in data integrity and effective media outreach, ensuring that the agency can accurately assess media consumption among foreign publics. Interested small businesses must submit their technical and price quotations by January 29, 2025, and can direct inquiries to Christopher Capers at ccapers@usagm.gov or Karoline Duffy at KDuffy@usagm.gov.

    Point(s) of Contact
    Christopher Capers
    ccapers@usagm.gov
    Karoline Duffy
    KDuffy@usagm.gov
    Files
    Title
    Posted
    The U.S. Agency for Global Media (USAGM) seeks a contractor to provide data quality control services for its International Audience Research Program, aimed at understanding foreign media habits. The contractor will ensure the integrity of survey data by conducting reviews, creating necessary documentation, and producing final datasets. Key tasks include reviewing questionnaires, creating codebooks, and analyzing interim and field data to identify potential inaccuracies. The agency plans to conduct ten full surveys and twenty omnibus surveys annually. Deliverables must adhere to strict timelines and quality standards regarding accuracy, clarity, consistency, and format. The contract spans up to five years, emphasizing remote work, with requirements for contractor personnel to hold a Public Trust clearance. The contractor's obligations also cover the management of proprietary data, maintaining confidentiality, and submitting weekly progress reports. This RFP underscores the USAGM’s commitment to reliable media research and effective data management practices in a global context.
    The U.S. Agency for Global Media (USAGM) has issued a Statement of Work (SOW) for data quality control services related to its International Audience Research Program. The main objective is to enhance the efficiency and quality of survey data management across more than 90 countries. The contractor is expected to perform tasks such as reviewing questionnaires, ensuring adherence to a derived variable plan, and conducting multiple rounds of data and script reviews throughout each survey cycle. The contractor is responsible for generating detailed deliverables, including questionnaires, data codebooks, and review logs within specified timelines. Deliverables must meet criteria for accuracy, clarity, consistency, and format. The period of performance for this contract spans up to five years with no travel required. The contractor will manage data using secure IT measures while adhering to confidentiality protocols, ensuring that proprietary government data is protected. This SOW underscores the importance of maintaining high standards in survey data collection and reporting, facilitating insightful analysis to support USAGM’s mission in understanding media consumption among foreign publics.
    This document outlines the Terms and Conditions/Contract Clauses associated with federal supply schedules and procurement processes, emphasizing compliance with various statutes and executive orders. Key provisions include ordering procedures, representations and certifications by offerors about telecommunications equipment and services, and prohibitions on contracting with entities associated with certain countries or technologies deemed risky. Notably, Section 889(a) of the John S. McCain National Defense Authorization Act deters procurement from suppliers using excluded telecommunications products and services. The document also details requirements for businesses to disclose affiliations, ownership structures, as well as compliance with regulations regarding child labor and tax responsibilities. Specific representations regarding the offeror's status as a small business, its funding sources, and operations regarding labor and discrimination laws are also mandated. Overall, the document serves to ensure that contracts awarded by government agencies are in compliance with relevant legal and ethical standards while fostering transparency and accountability in federal procurement practices.
    The document outlines a price schedule for a series of tasks related to data management and analysis within a government context, detailing the costs for services over a five-year contract term. It specifies various tasks, such as the review of media questionnaires, data codebooks, and interim data assessment, each assigned a quantity of 12 for uniformity across contract years. Additionally, it includes provisions for other direct costs and outlines key personnel rates, suggesting flexibility for vendors to propose differing quantities based on their technical approach. The schedule is structured to provide clarity on cost distribution across the base year and four option periods, emphasizing transparency in budgeting for federal grants and RFPs. This document serves as an essential pricing framework for potential contractors, ensuring alignment with project requirements and financial planning for government-funded initiatives.
    The document is an amendment to the Request for Quote (RFQ) by the United States Agency for Global Media (USAGM) regarding Survey Data Quality Control Services. It addresses vendor inquiries related to the services specified in the RFQ, providing clarifications about incumbent contracts, sample sizes for surveys, data management requirements, quality assurance protocols, and deliverables. Key points include the existing use of the SwissPeaks contract for similar services, an average sample size of 2,000 for national surveys, and confirmation that all data management services will align with USAGM’s SQL database and PowerBI dashboards. The RFQ describes the delivery of survey materials and timelines, indicating that major surveys are set to begin in April and last approximately six weeks. Additionally, the document specifies deliverables for both full and omnibus surveys, explaining differences in quality control and requirements for interim and final datasets. The responses emphasize the necessity for accurate data management, the significance of quality control measures, and the expectation for regular reporting by the contractor. This amendment aims to ensure comprehensive and detailed understanding among potential contractors, aiding in the procurement process for survey data quality services.
    The document pertains to the United States Agency for Global Media's (USAGM) request for quotes (RFQ # 951700-25-Q-0009) for Survey Data Quality Control Services. It includes a spreadsheet that captures vendor inquiries regarding the RFQ along with government responses. The structure consists of a series of questions related to the bid, classified by question number and title, referencing specific sections of the RFQ. This mechanism allows potential vendors to seek clarifications and ensures transparency during the bidding process. The overall aim is to gather support from qualified vendors to maintain high standards in survey data quality control, underscoring USAGM's commitment to data integrity and effective media outreach. The document's approach reflects standard practices in federal contracts, promoting compliance and informed bidding.
    The document outlines issues related to data inconsistencies in several interviews uploaded simultaneously. It specifically mentions that the base sample size for the first dataset (DB1Z) is reported as 76, whereas it should be corrected to N=94. Similarly, for the second dataset (DM9C), the base is noted as 62, while it should be adjusted to N=100. These discrepancies highlight the need for accurate data reporting in the context of governmental applications, such as Requests for Proposals (RFPs) and grants, where precise data is essential for decision-making and funding allocations. Addressing these inaccuracies is crucial in ensuring compliance and the integrity of the data submitted for analysis in federal and state programs.
    The document outlines a quality control review of a survey script related to government RFPs and grants. It identifies multiple issues categorized primarily into randomization, filtering, and ordering problems. Key points include: 1. **Randomization Issues**: Several items in various sections, such as NUB1B and RLB2, lack proper randomization mechanisms, which do not align with the outlined specifications in the Quality Questionnaire (QQ). The document recommends specific adjustments to item randomization, particularly in product selection categories. 2. **Filtering Errors**: Filtering issues are prevalent, particularly in sections such as RLO11B and DB1. Several items are incorrectly surfaced that should not be visible based on previous responses. 3. **Ordering and Language Discrepancies**: Sections like GO show inconsistencies, with more categories present in the survey script than in the QQ, highlighting a need for accurate alignment of language and content presentation. The review emphasizes rigorous adherence to randomization and filtering protocols to ensure accuracy and reliability in data collection. This quality assurance is crucial for fostering trust and integrity in government survey processes and informs necessary adjustments for future RFPs and grants.
    The document addresses several feedback issues related to data collection protocols for the US Agency for Global Media (USAGM). Firstly, it emphasizes the necessity of excluding any Personally Identifiable Information (PII) from datasets submitted to USAGM. It raises specific queries regarding the inclusion of country names in question labels for clarity. Additionally, there are concerns about the accuracy of interviewer codes, noting the mismatch between the number of interviewers and the interviews conducted. A significant observation highlights that most interviews were conducted in a secondary language rather than the primary one, prompting a request for confirmation regarding the correctness of this practice and the adherence to proper coding of languages by interviewers. The document's purpose is to ensure compliance with data standards and enhance data collection processes for effective reporting and analysis.
    The document addresses significant inconsistencies and issues related to survey responses and interviewer performance in a federal data collection project. It highlights that while 506 respondents should have answered a specific question (DB1Z), only 26 did, indicating potential data mismanagement. Additionally, discrepancies are noted in filtering processes, where 14 respondents answered incorrectly for one variable (RLO11B), and 77 responses were recorded for another (VOAB5H) when only 25 were expected. Further concerns arise from interviewer practices, with some interviewers completing a disproportionate number of interviews in a single day, raising questions on procedural adherence, such as accurate household rostering and proper interview methods. Notably, over 60% of certain interviewers managed to achieve high completion rates on first contact, prompting a need for verification of their interviewing protocols. Additionally, an imbalance in household sizes dealt with by interviewers suggested potential inaccuracies in household selection. This document serves to underscore the importance of quality control measures in government data collection efforts, emphasizing the necessity for thorough review and adherence to established interview protocols to ensure data integrity and reliability in the survey process.
    The document addresses issues arising from a data collection process involving specific variables related to language inquiries. It reports that only 113 out of the expected 140 cases were recorded for DB1, which is intended to filter data based on language preferences in the survey (if AC1C=1 or AC1D=1). Additionally, there is uncertainty about identifying a variable that captures "English" due to the presence of multiple variables (T_Q_145_1 to T_Q_145_5), with one variable left blank. The document emphasizes the need to investigate these discrepancies, indicating that the listed concerns are illustrative but could reflect broader issues in data quality. Ultimately, the purpose is to ensure accurate data inclusion and representation in federal or local RFP processes where language consideration is essential. This highlights the necessity for precision in data collection protocols to fulfill grant and funding requirements effectively.
    The document outlines a data analysis protocol for evaluating interviewer performance within a federal survey initiative, focusing on documenting details about interview respondents and interviewers. Key components include unique respondent and interviewer IDs, interview dates, times, durations, respondent demographics such as age and education, and respondent location. The analysis employs pivot tables to track interview frequencies by day, age distribution, and interview success rates based on attempts. Quality control checks are highlighted, aimed at identifying discrepancies, such as interview lengths that deviate from expected norms and significant drops in the number of interviews due to interviewer performance issues. The goal is to ensure a reliable dataset that reflects accurate responses while maintaining rigorous standards of interview administration. These practices are crucial for enhancing data quality and supporting the objectives of government RFPs and federal grants. Overall, the document serves as a framework for systematic observations and internal audits, reinforcing the importance of accountability in data collection processes.
    The United States Agency for Global Media (USAGM) has released RFQ # 951700-25-Q-0009 for Survey Data Quality Control Services, establishing a Blanket Purchase Agreement (BPA) aimed at enhancing the quality and efficiency of its survey data management. This RFQ is a 100% small business set-aside under FAR 13, with a primary focus on supporting the International Audience Research Program that informs media research across over 90 countries. The contractor must provide comprehensive quality control services to oversee ten full surveys and twenty omnibus surveys annually, ensuring adherence to standardized methodologies and data integrity. Key requirements include review processes for questionnaires and datasets, script testing, interim data checks, and production of final datasets aligned with agency performance indicators. The contract spans 12 months with possible extensions, allowing for ongoing adjustments and refinements in survey datasets. Quotes for the contract are due by January 29, 2025, and will be evaluated based on technical approach, key personnel qualifications, relevant experience, and price. The government emphasizes the importance of a strong technical proposal, with detailed reference to risk assessment and past performance influencing selection outcomes. The RFQ aims to secure a contractor capable of enhancing the agency's research capabilities and data management processes.
    The United States Agency for Global Media (USAGM) issued RFQ # 951700-25-Q-0009 for Survey Data Quality Control Services under a Blanket Purchase Agreement (BPA), promoting the opportunity for small businesses. The contractor is tasked with providing comprehensive data management services to enhance the quality of domestic and international survey data used for media research. Key objectives include ensuring efficient management of survey projects and enabling effective aggregation of data for reporting purposes. The contract spans a 12-month base period with four 12-month options, highlighting the contractor's responsibility for quality control throughout various phases of survey data processing. Specific tasks involve questionnaire review, codebook creation, script testing, and data review, along with maintaining a master questionnaire bank. Submission requirements specify separate technical and pricing volumes, with an evaluative focus on technical approach, key personnel qualifications, relevant experience, and cost. The government emphasizes that proposals must exhibit a solid understanding of the requirements and demonstrate prior relevant experience. Ultimately, the award will be based on the best overall value, balancing performance capability against pricing considerations. This solicitation reflects the government's commitment to quality research data management as part of its broader mission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Updated Master Solicitation for Commodity Procurements - International Programs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I), which will be applicable for solicitations issued on or after September 11, 2025. This solicitation outlines the contractual framework for international food assistance purchases, emphasizing compliance with updated FAR and AGAR clauses, including provisions related to delivery instructions, regulatory requirements, and penalties for non-compliance. The procurement is crucial for ensuring that commodities meet the "all-products-of-the-United-States" requirement and that bidders understand the solicitation and bid submission processes through the WBSCM system. Interested vendors can reach out to Valerie Dinkel at Valerie.Dinkel@usda.gov for further information, and they are encouraged to visit the USDA's commodity procurement website for additional details.
    Special Events and Conferences Support BPA - Request for Information (RFI)
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking responses for a Request for Information (RFI) to establish a multiple-award Blanket Purchase Agreement (BPA) for Special Events and Conferences Support. This procurement aims to acquire comprehensive turn-key event production services, including project management, audiovisual support, security, and communications for various events nationwide. The BPA is significant as it will facilitate the USDA's ability to effectively manage and execute special events, with an estimated purchase volume of up to $9.9 million annually, totaling $49.5 million over its lifetime. Interested businesses should submit their capabilities electronically by December 15, 2025, to Garrentt Baca at garrentt.baca@usda.gov or John Flannery at John.Flannery@usda.gov.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    FY2026 USPS OIG Broad Agency Announcement
    Postal Service
    The United States Postal Service Office of Inspector General (USPS OIG) is soliciting proposals through its FY2026 Broad Agency Announcement (BAA) for professional, consultant, and support services. This BAA, which supersedes all prior versions, aims to establish a pre-qualified pool of contractors to support various OIG offices, including General Counsel, Research Insight Solution Center, Investigations, Audit, Chief Information Officer, and Mission Support. Proposals will be accepted on a rolling basis until September 30, 2026, and must include a resume, position title, duty location, addressed evaluation criteria, and proposed pricing. Interested parties can contact Farzad Afrasiabi at fafrasiabi@uspsoig.gov for further information regarding this opportunity.