Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOLICITATION NOTICE

R -- VAARNG Outdoor Advertising - Attachment

Notice Date
6/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541850 — Outdoor Advertising
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-17-Q-0007
 
Archive Date
7/15/2017
 
Point of Contact
Rebecca Fowler, Phone: 4342986206, Susan Swanson, Phone: 4342986293
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement, Performance Requirements Summary, Full Text Provisions and Clauses This solicitation is being issued as 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; quotes are being requested and a written solicitation will not be issued. Solicitation W912LQ-17-Q-0007 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. This procurement is being issued as a Small Business Set Aside (SBSA) under NAICS code 541850 with a small business size standard of $15 million. The contractor shall provide the Virginia National Guard Recruiting and Retention Command with an advertising package which provides vinyl bulletins and posters displaying Virginia National Guard advertisements on billboards throughout the Commonwealth of Virginia. The advertising services shall be provided during the period September 29, 2017 through September 28, 2018 with one, 12-month option period. The period of performance includes an approximate 30 days to produce the bulletins and posters and 11 months of advertising. The Performance Work Statement (PWS) accompanying this announcement outlines specific requirements. In accordance with National Guard Regulation (NGR) 601-1, paragraph 7-10, rental fees are prohibited and will not be paid. Award will be made to the vendor offering the best value to the government considering price, technical and past performance. See FAR Provision 52.212-2 included in the attachment and Submission Requirements below for more information. In order to be considered for award, vendors must have an active registration in the System for Award Management (SAM) data database at www.sam.gov. The performance work statement included as an attachment to this announcement, or subsequent amendment, will be made a part of any resulting award. The below pricing schedule may be used for pricing or you may use your own pricing schedule. However, your pricing schedule must clearly annotate pricing or the words, "not separately priced" or "no cost" for each requirement identified. Omission of no cost line items may cause your quote to be determined non-responsive. While DFARS Provision 252.204-7011 authorizes pricing to be submitted in an alternate line item structure, production of the posters and bulletins shall be priced separately from advertising services. Advertising services may be priced monthly, quarterly or annually. However, the government will not pay in advance for services. Invoicing and payment shall be in made arrears for services rendered based on the time quoted (monthly, quarterly or annually). Base Period 0001 - Production of posters tiny_mce_marker______ per poster 0002 - Production of bulletins tiny_mce_marker______ per bulletin 0003 - Major Market Advertising Services - 11 months at tiny_mce_marker_______ per month 0004 - Minor Market Advertising Services - 4 quarters at tiny_mce_marker_______ per quarter 0005 - Contractor Manpower Reporting - 1 report at tiny_mce_marker______ per report *The vendor may indicate a price or mark this item as not separately priced (NSP). Option Period 1001 - Production of posters tiny_mce_marker______ per poster 1002 - Production of bulletins tiny_mce_marker______ per bulletin 1003 - Major Market Advertising Services - 11 months at tiny_mce_marker_______ per month 1004 - Minor Market Advertising Services - 4 quarters at tiny_mce_marker_______ per quarter 1005 - Contractor Manpower Reporting - 1 report at tiny_mce_marker______ per report *The vendor may indicate a price or mark this item as not separately priced (NSP). All questions shall be submitted in writing and received prior to 4:30 p.m. ET, June 23, 2017. Questions should be sent via email to rebecca.l.fowler6.civ@mail.mil. Quotes are due not later than the time and date specified on FBO at www.fbo.gov. Quotes are required to be sent via email to rebecca.l.fowler6.civ@mail.mil. Submission Requirements: Prospective vendors must submit the following information with their quote package. 1 - Technical a. List of partners/inventory available for advertising. b. Media plan c. Production plan 2 - Past Performance - References, not to exceed five (5), for similar service requirements performed in the last 12 months. The contract number, point of contact with phone number and email address and dates of service are required to be provided. 3 - Completed copies of representations and certifications (See attachment) The following provisions are incorporated in this solicitation by reference: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraphs (d) Product Samples, (e) Multiple Offers and (h) Multiple Awards); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011, Alternative Line Item Structure; The following clauses are incorporated in this solicitation by reference: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain International Confidentiality Agreements or Statements - Representation; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019); FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-17-Q-0007/listing.html)
 
Place of Performance
Address: Throughout the Commonwealth of Virginia, Virginia, United States
 
Record
SN04541307-W 20170614/170612234952-ddc3e9ba99c46fd5fd0a6fc34399caa5 (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  © 1994-2020, Loren Data Corp.