Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

T -- This RFP is for a personnel services contract to provide Nevada Army National Guard Digital Media Marketing and Advertising.

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
USPFO for Nevada, 2452 Fairview Drive, Carson City, NV 89701-6807
 
ZIP Code
89701-6807
 
Solicitation Number
W9124X130005
 
Response Due
8/30/2013
 
Archive Date
10/14/2013
 
Point of Contact
Paul LaFranchise, 775-887-7873
 
E-Mail Address
USPFO for Nevada
(paul.j.lafranchise.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Nevada National Guard intends to acquire advertising and marketing services on an unrestricted, competitive basis in support of the National Guard Bureau Recruiting Advertising Program. The Nevada National requires full-service advertising and marketing services to assist in fulfilling critical manpower vacancies in enlisted and officer programs for both the Army and Air components. The required full-service advertising and marketing services consist of such elements as: 1. Create lead capturing proxysite with registration page that captures lead data. Proxysite will include backend framework for lead capture, lead distribution, and data mining/analysis functionality. Backend framework will also allow for multiple layers of administrative users with different data modification and lead distribution abilities. Backend framework will also distribute lead data (lead contact information as well as qualifying and interest information from registration form) in real time to the appropriate Recruiter (based on area of operation). Proxy site and registration form will be developed in four different formats based on four different audiences. Vendor will also provide hosting for proxysite. 2. Create online display ad creative. There will be approximately 48 different ads created (estimated at three ad sizes across networks) with three different messages per target audience (with four different audiences). Vendor will serve ads out across networks and optimize ads based on campaign performance. 3. Contractor will execute campaign across ad networks (parameters specified in quote mark Objectives quote mark section). Total number of impressions will vary based on vendor network list, but are estimated to be in the 2,500,000 - 3,200,000 range. Impressions will be limited to demographic/geographic parameters and will be capped at a 3/24 frequency cap (no individual will see a NVARNG ad more than three times in a 24-hour period). 4. Contractor will execute four email campaigns (one per target audience) during the duration for the campaign. Contractor will develop email creative and provide tracking. 5. Contractor will provide regular reporting to Nevada Army National Guard and adjust ad placement based upon performance. Please see the attached document for the Performance Work Statement that states the specific requirements in detail. The placement of a single Firm Fixed Priced (FFP) contract is anticipated with a period of performance of four (4) months. The Government is using the policies contained in FAR 15.101-2, Lowest Price Technically Acceptable, in its solicitation for the described services. The evaluation factors for this Request for Proposal shall be technical capability, past performance and price. Technical capability and past performance are as equally important as price. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; and 52.225-13, Restriction on Certain Foreign Purchases); 52.215-6, Place of Performance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Alt I, Item Identification and Valuation, Alt I; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management(SAM) to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the SAM visit https://www.sam.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. The applicable NAICS code is 541810 with a small business size standard of $14 million. Prospective offerors must be registered in the SAM (www.sam.gov) database to be considered for award. Please direct any questions to Paul LaFranchise at paul.j.lafranchise.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26/W9124X130005/listing.html)
 
Place of Performance
Address: USPFO for Nevada 2452 Fairview Drive, Carson City NV
Zip Code: 89701-6807
 
Record
SN03151143-W 20130817/130816000314-ad2372804db02ea42c7ecf50a521a6a1 (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.