Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

W -- Billboard Adverting Space

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
541850 — Display Advertising
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
CBP-RGV-05-Q-0001
 
Response Due
4/29/2005
 
Archive Date
5/14/2005
 
Description
The Customs and Border Protection, United States Border Patrol (USBP), Rio Grande Valley Sector (McAllen, Texas Area) is requesting a firm-fixed price quotation for the design & production of seven vinyl banners and the rental of five Billboards. Contractor will be responsible of both production & rental of the Billboards. 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. One contract is anticipate to be awarded as a result of this synopsis. The term of the contract is six months with a base period starting May 16, 2005 and ending November 16, 2005. DESIGN AND PRODUCTION OF SEVEN VINYL BANNERS FOR DISPLAY ON OUTDOOR COMMERCIAL BILLBOARDS The Customs & Border Protection (U. S. Border Patrol), Rio Grande Valley Sector has a requirement to advertise agency information for recruitment and general purposes. Advertisement of this message will be through outdoor billboard space along major traffic areas in the south Texas areas (Hidalgo and Cameron counties). BANNER DESIGN AND PRODUCTION Contractor will be responsible for the design and production of seven (7) vinyl banners, (size will be according to billboard), and will provide five (5) billboards for rental to display banners at specified locations below. Two (2) vinyl banners will be installed on billboards owned by Border Patrol located on Highway 281 and Highway 77 north of Immigration Inspection Stations. Banner design and artwork will be identical on all five (5)-rental billboards and the two (2) owned by the Border Patrol. The U.S. Border Patrol will provide pictures/artwork for the vinyl banners. Below find all pertinent information that needs to be included in the banners: US Border Patrol US Customs and Border Protection Rio Grande Valley Sector www.usbp.gov 1-800-863-9382 Department of Homeland Security Seal At least two pictures included in the design, i.e. horse patrol, Hummer. The following are the Contract Line Item Numbers (CLINs): CLIN 001) Artwork Production / Layout Design for all Seven Vinyl Banners $____________ Artwork needed for Billboards owned by Border Patrol: CLIN 002) Highway 281, North of Immigration Inspection Station: size (8? x 15?) $_____________ CLIN 003) Highway 77, North of Immigration Inspection Station: size (8? x 16 ?) $_____________ BILLBOARD RENTAL The following are the five (5) desired site locations for the outdoor billboard displays. Rental for the Border Patrol informational message will be for a period of six (6) months. SITE LOCATIONS OPTION A: CLIN 004) Expressway 281, North of FM 2812 in Edinburg RIGHT HAND READER Monthly cost: $_____________ CLIN 005) Expressway 83, 914? East of Tower Rd in Alamo RIGHT HAND READER Monthly cost: $_____________ CLIN 006) Expressway 83, .5 miles East of Mile 3 in La Feria RIGHT HAND READER Monthly cost: $_____________ CLIN 007) Expressway 77, 2250? North of FM 508 in Combs RIGHT HAND READER Monthly cost: $_____________ CLIN 008) Expressway 83, .4 miles West of Mission RIGHT HAND READER Monthly cost: $_____________ SITE LOCATIONS OPTION B: Vendor will provide five (5) billboards closest to above listed locations or sites, must also be Right Hand Readers, and must be of same approximate size for a period of six months. Other Terms and Conditions *Border Patrol will determine and approve final locations of billboards and artwork proposed. *Availability of all billboard locations to include beginning and end dates also needs to be provided with proposal. * Vendor will repair banners posted on billboards if damaged or vandalized. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Under the provision of FAR 52.212-5, the Walsh-Healy Public Contracts Act is incorporated by reference the stipulations required by the Act pertaining to such matters as minimum wages, maximum hours, child labor, convict labor, and safe and sanitary working conditions. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Handicapped Workers. FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-3, Buy American Act-Supplies. The OFFEROR shall include the firm's DUNS (Data Universal Numbering System) and Cage Code (Central Contract Registration) numbers as part of their offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the RFQ, is most favorable to the Government with price and other factors considered. The following factors shall be used to evaluate offerors' technical capability. Evaluation will be based on price, and past performance, with award to be made to the lowest technically acceptable responsive responsible offeror. PAST PERFORMANCE: Each offeror shall describe their past performance on similar contracts held within the last three years which are of a similar scope, magnitude and complexity to that which is detailed in this RFQ. Past performance shall be evaluated in the following manner: The Government will assess the offeror's ability to perform, including the offeror's likelihood of achieving success in meeting the contract requirements. The offerors are to provide a narrative discussion of similar projects of a similar size and dollar value, which have been successfully completed in the past three years. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each offeror's past performance based on the information submitted by the offer, as well as information that the Government collects by itself. Offerors will be given credit for good past performance and lose credit for poor past performance, and neither receive nor lose credit for no past performance data. As addendum to FAR 52.212-5, includes FAR 52.232-19, Funds for the Next Fiscal Year will not be available (beyond September 30, 2005). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. Offers are due April 29, 2005, 3:00 p.m., Central Standard Time, at: Customs & Border Protection, Rio Grande Valley Sector Supply, 2301 South Main Street, McAllen, TX 78503 ATTN: Horacio Valle. Inquiries should be in written form and faxed to (956) 984-3959. All responsible sources may submit a quotation and will be considered. Original Point of Contact: Horacio Valle, Purchasing Agent, Phone 956- 984-3912, Fax 956-984-3959, E-mail Horacio.valle@dhs.gov
 
Place of Performance
Address: CUSTOMS & BORDER PROTECTION, U.S. BORDER PATROL, RIO GRANDE VALLEY SECTOR, 2301 S. MAIN ST. MCALLEN, TX. 78503. ADVERTISEMENT WILL BE THROUGH OUTDOOR BILLBOARD SPACE ALONG MAJOR TRAFFIC AREAS IN THE SOUTH TEXAS AREAS (HIDALGO & CAMERON COUNTIES).
Zip Code: 78503
Country: US
 
Record
SN00790698-W 20050421/050419211526 (fbodaily.com)
 
Source
FedBizOpps.gov 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.