Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOURCES SOUGHT

R -- Advertising Services - Statement of Work

Notice Date
1/13/2010
 
Notice Type
Sources Sought
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA10S000010-1
 
Archive Date
2/5/2010
 
Point of Contact
Frankie Murphy, Phone: 202-648-7598
 
E-Mail Address
frankie.murphy@atf.gov
(frankie.murphy@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Required Advertising Services The purpose of this Request for Information (RFI) is to ascertain the capabilities and past performance of Small Businesses to provide the required advertising services. These advertising services will be provided in support of the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF), Asset Forfeiture & Seized Property Section. The applicable NAICS Code is 541810. This is not a request for proposal. Responses to this RFI are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding. The Government is not responsible for any costs incurred by respondents to this RFI. If you are a small business and would be interested in providing advertising services in accordance with the attached Statement of Work (SOW) you are requested to submit a capability statement which addresses at a minimum, the questions presented within this announcement. The Government will analyze all responses and determine if the pool of qualified interested firms is significant enough to justify a small business set aside or another form of set aside allowed by the regulations, such as HUBZone, 8(a), small disadvantaged business or service disabled veteran owned. The Government does not intend to rank submitted capabilities. It is highly recommended that, prior to submitting a response, all interested parties obtain a Dun and Bradstreet (DUNS) number, register in the Central Contractor Registration (CCR) database and complete online representations and certifications in ORCA, the Online Representations and Certifications Application, as these requirements are mandatory for any firm selected for a contract award. Easy access to all three systems is found on the CCR homepage, www.ccr.gov. Please submit response in Microsoft Word or PDF format. Information should not exceed three (3) one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Any interested Small Business capable of providing the required advertising services is requested to submit the information required in items 1-3 below to Frankie.murphy@atf.gov no later than 10:00 a.m. Local Washington, DC time on January 21, 2010. Item 1. Company name, address, telephone number, a point of contact with e-mail address, and Data Universal Numbering System (DUNS) number. Indicate small business size status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business. Item 2. A summary of the company's relevant past experience in providing advertising services similar to those required in the attached SOW during the past three years, including any on-going contracts. Include contracting activities/agencies, contract numbers, contract value, contract period of performance, whether your company served as a prime contractor or subcontractor, and a point of contact (name, email address and telephone number) at the contracting activity who can verify the information you provided. Item 3. Capability Statement - A description of how you would fulfill the requirements of the SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA10S000010-1/listing.html)
 
Place of Performance
Address: Contractor's site, United States
 
Record
SN02041584-W 20100115/100113235143-4e935ff3ec13640973e98d8f7965c0ed (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.