SOLICITATION NOTICE
R -- Career Advertisment ad
- Notice Date
- 9/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Center Acquisition Innovation Frederick;Department of Veterans Affairs;7485 New Horizon Way;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA79810RQ0221
- Response Due
- 9/21/2010
- Archive Date
- 11/20/2010
- Point of Contact
- Lee Oliver
- E-Mail Address
-
1-0585<br
- Small Business Set-Aside
- N/A
- Description
- A.1. SYNOPSIS A.1.1. This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. A.1.2. This solicitation RFQ: VA798-10-RQ-0221 is issued as a request for quote (RFQ). A.1.3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. A.1.4. The North American Industry Classification System (NAICS) number is 519130 and the business size standard is 500 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE ON EACH QUOTE. A.1.5. This requirement is a set-aside for small business concerns. B.1. PRICE/COST SCHEDULE The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN #DESCRIPTIONQTYUNITUNIT PRICETOTAL AMOUNT 0001All Services as Described in Section in the Statement of Work1JOB The Department of Veterans Affairs is seeking competitive quotations, using Simplified Acquisition Procedures found at FAR13. Quotations are sought for College-focused marketing campaign that identifies VA as the "Employer of Choice" for entry-level positions and focuses efforts to recruit recent college graduates. See the SOW below. The government intends to award a Firm Fixed Price contract. The location is the contractor's site. No telephone quotes or questions will be accepted. Only written correspondence received directly from the vendor are acceptable for additional information. STATEMENT OF WORK C.1 GENERAL INFORMATION: C.1.1 Title of Project: "VA: Employer of Choice" website advertisement C.1.2 Scope of Work: The Office of Human Resources Management (OHRM) will collaborate with a Job seeking website to market employment opportunities at the Department of Veterans Affairs. The ad will be displayed on the contractor's website and will run for 1 year after date of award. C.1.3 Background: As part of the OHRM Human Capital Investment Plan, the Marketing & Recruitment Outreach (MRO) team will lead an Internet college-focused marketing campaign that identifies VA as an "Employer of Choice." The Internet advertisement will target mission critical jobseekers such as Human Resources Management, Information Technology Management, Contracting, Veterans Claims Examining, and Physicians/Nurses. C.1.4. Period of Performance: The period of performance (advertisement) for this project will be 1 base year C.1.5. Type of Contract: This is a firm-fixed price contract. C.1.6 Place of Performance: all work will be performed at the contractor's site. C.2 SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLE The tasks required are as described in section D. tasks and deliverables. Once a task order is awarded, the requirements shall not be changed for the contractor in any way whatsoever unless by written permission from the contracting officer. When making contractual commitments, the contracting officer will serve as the focal point for maximum control and accountability. C.2.1 EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES C.2.2 Tasks a. Contractor will post 150 jobs over the course of the period of performance. b. Contractor will provide VA recruiters access to online resumes of potential candidates for VA jobs. c. Contractor will send out 2 Job Alert email blasts a month with links to VA jobs that they are advertising. d. Contractor will establish an HTML profile page including VA logo and links to Department of VA's career website e. Contractor will feature VA on their homepage. f. Contractor will dedicate a Client Service Manager to provide VA with assistance to the Marketing and Recruitment Outreach staff. g. advertisement will begin 5 days after date of award. C.2.3 Deliverables a. Contractor will post 150 jobs over the course of the period of performance. b. Contractor will provide VA recruiters access to online resumes of potential candidate for VA jobs. c. VA will receive monthly email reports about Email Blasts from Contractor. d. Contractor will establish an HTML profile page including VA logo and links to Department of VA's career website. e. VA will be featured on Contractor's homepage. f. Contractor will dedicate a Client Service Manager to provide assistance to VA Marketing and Recruitment Outreach staff. D.1 SCHEDULE FOR DELIVERABLES 1. advertisement will be displayed on contractor's website from date of award through 1 year 2. Contractor will provide tracking report to MRO within 10 business days after the campaign start date. D.1.1 CHANGES TO THE STATEMENT OF WORK If there is a change regarding the information in the SOW, OHRM will notify contractor in writing of such change. If agreement on the change is not reached within thirty days, the parties will forward the written presentation of the change to respectively higher agency officials and the contracting Officer for appropriate approval. D.1.2 REPORTING REQUIREMENTS Proof of Performance- Within 10 business days after the campaign start date, contractor will provide tracking report to MRO. D.1.3 TRAVEL No travel is required for either party. D.1.4 CAPABILITY MATURITY MODEL FOR SOFTWARE Not Required E.1 EVALUATION FACTORS 1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The evaluation factors are listed in descending order of importance: 1)Technical Approach 2)Key Personnel 3)Past Performance 4)Price The combined weight of Technical Approach, Key Personnel and Past Performance are more important than price. However, the importance of Price will increase should offerors be determined to be relatively equal in the other areas. Award will be made to the Vendor who provides the best value to the Government. E.1.1. Technical Understanding and Approach E.1.1.1 The offeror must be able to demonstrate a clear understanding of the training requirement as described in the SOW. E.1.1.2. The offeror shall submit a technical approach plan with all necessary tasks to demonstrate a plan for successfully providing services detailed in the SOW. The plan shall not Exceed 10 pages. Any pages past 10 shall not be evaluated. E.1.2. Past Performance E.1.2.1. The Offeror shall demonstrate successful, recent (within the last three years), and relevant experience in providing services in similar, size, scope, and complexity as described in the SOW. The past performance submission shall be comprised of a narrative to identify the following information for each reference provided: a.Name and address, including zip code, of the Contracting Agency or Commercial Client b.Contacting Officer's name, telephone number, and email address c.Program manager, project officer, or COTR's name, telephone number, and email address d.Contract Number e.Contract type f.Total contract value g.Project title and brief description of contract/subcontract, work performed, and relevance to this requirement E.1.2.2 Past efforts of similar activities and a discussion of the quality/success of these efforts, including business results, impacts, and lessons learned. E.1.3 Key Personnel- resume required of dedicated client service Manager. E.1.4. Price/Business Proposal E.1.4.1. The Offeror shall document in its proposal any assumptions. The Offeror must propose on all CLINs to be considered for an award. E.1.4.2. In the Price Schedule the Offeror shall insert the unit price for the services proposed. The Government shall use the total proposed price to determine price reasonableness. E.1.4.3. The proposal shall be reviewed to ensure CCR and ORCA are current and all Amendments have been acknowledged. Incomplete proposals may not be considered for an award. Technical, past performance and key Personnel when combined are more important than price F.1. Clauses and Provisions: Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. F.1.1. The following additional provisions and clauses apply: F.1.1.1. 52.212-3, Offeror Representations and Certifications-Commercial Items, Current registration in ORCA is required, ORCA website https://orca.bpn.gov. F.1.1.2. 52.212-4, Contract Terms and Conditions-Commercial Items. F.1.1.3. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 9, 19, 20, 22, 23, 25, and 39. FAR 52.212-5(c) clauses 1, 2, and 3. F.1.1.4. The following additional FAR and VAAR clauses and provisions apply: CCR Clause: Attention: Contractor must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B) (2) the offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. F.1.1.5. FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.209-70, Organizational Conflicts of Interest; 852.273-75 Security Requirements for Unclassified Information Technology Resources,; VAAR 852.215-71, Evaluation Factor Commitments; VAAR 852.233-70, Protest Content/Alternative Dispute Resolution; VAAR 852.233-71, Alternative Protest Procedure; VAAR 852.237-70, Contractor Responsibilities; VAAR 852.270-1, Representative of Contracting Officer, VAAR 852.273-70, Late Offers; VAAR 852.273-74, Award Without Exchanges, 852.203-70 Commercial Advertising. F.1.1.6. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. G.1. SUBMISSION OF QUOTES Submit quotes by e-mail at the following address: Lee.Oliver@va.gov. Quotes and any applicable attachments must be received no later than September 22 2010 at 12:00 p.m. EST. Quotes must include the name, telephone number and email address of a company representative that can be contacted, the company's address, DUNS number, and TIN number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA79810RQ0221/listing.html)
- Record
- SN02279175-W 20100915/100913235340-b9dc9c38db0c67a097bcad07d5500070 (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 |