VA ARNG R&R Outdoor Advertisment
1. General Information: 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 additio... 1. General Information: 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 and corresponding attachments constitute the only solicitation; quotes are being requested and a separate solicitation will not be issued. Solicitation W912LQ-19-Q-0028 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) 2005-98, effective 31 May 2018. This procurement is being issued as a Small Business Set-A-Side under NAICS code 541850 and PSC R701 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, 2019 through September 28, 2020 with two (2) 12-month option periods. 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. Multiple awards will not be made. In order to be considered for award, vendors must have an active registration in the System for Award Management (SAM) database at www.sam.gov. The Performance Work Statement (PWS) included as an attachment to this announcement, or subsequent amendment, will be made a part of any resulting award. 2. Communication with the Government: a. Questions. Please submit written questions via email to the contracting specialist Mr. David A. Pickard at david.a.pickard.civ@mail.mil & Mr. Wesley Spencer at wesley.spencer4.civ@mail.mil. Questions will be received up to 11:00 a.m. Eastern Time on June 26, 2019. b. Quotations. Quotes are due not later than the time and date specified on the Federal Business Opportunities (FBO) website, www.fbo.gov. Email quotes to david.a.pickard.civ@mail.mil & wesley.spencer4.civ@mail.mil. Quotes submitted other than via email WILL NOT BE CONSIDERED. Quotes must be received no later than 11:00 a.m. Eastern Time on July 11, 2019. The government will incur no costs associated with the preparation of this quote. 3. Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. I. Technical a. List of partners/inventory available for advertising. b. Media plan c. Production plan II. 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. III. Completed copies of representations and certifications (See attachment) 4. Administrative Information: Contracting Officer Dewey Faniel - dewey.r.faniel.civ@mail.mil Contract Specialist David A. Pickard - david.a.pickard.civ@mail.mil Or Wesley Spencer - wesley.spencer4.civ@mail.mil List of Attachments: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Performance Requirement Summary (PRS) Attachment 3 - Pricing Schedule Attachment 4 - Clauses Incorporated by Full Text 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 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; 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 (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
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »