Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
MODIFICATION

R -- Cinema Recruiting Ads Oregon Air National Guard - Amendment 2

Notice Date
9/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
RFQ_F8TJRS7222AW01
 
Point of Contact
Michael Kitchell, Phone: 503-335-4490
 
E-Mail Address
michael.t.kitchell2.mil@mail.mil
(michael.t.kitchell2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0003 See Attached Document RFQ_F8TJRS7222AW01_ANG Recruiting Cinema_Ad 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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ_F8TJRS7222AW01 is being issued as a Request for Quotation (RFQ). Quotes are due by 25 September 2017 @ 2:00 PM PST (5:00 PM EST.) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This solicitation is Full and Open Competition. The NAICS code for this acquisition is 541810 and the Small Business size standard is $15 Million Dollars. The product service code is R701. The following commercial product is requested in this solicitation: CLIN 0001 30-Second ORANG Recruiting Ad for 16 Oregon Cinema/Theaters for 57 screens (See attached PWS) Period of Performance: 5 Months / 20 Weeks Oct 1 2017 - Feb 2018 Coordination of the Government providing the media content will start after the date of contract award. CLIN 0002 Air Force Contractor Manpower Reporting Requirement (CMRA) (yearly requirement). Include administrative price for this reporting requirement or indicate "No Charge." "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil " Unit Identification Code (UIC) for the Requiring Activity: F8TJRS Issuing Office DoDAAC: W912JV PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov at Wide Area Work Flow (WAWF) at http://wawf.eb.mil FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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. Lowest price technically acceptable is the evaluation criteria. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item System for Award Management at http://sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Interested vendor are to provide their size standards, CAGE code, DUNS #, and tax identification. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. The NAICS number must be listed on firm's in Certs & Reps SAM profile. Quotes are required to be submitted via E-mail no later than 25 September 2017, 5:00 PM EST. Offerors can submit their quote any time before the due date to: Michael Kitchell at michael.t.kitchell2.mil@mail.mil please verify receipt of your quote. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-09-20 16:36:37">Sep 20, 2017 4:36 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-09-22 13:42:12">Sep 22, 2017 1:42 pm Track Changes Please attached changes on Amendment_0003
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/RFQ_F8TJRS7222AW01/listing.html)
 
Place of Performance
Address: Oregon State, 6801 NE Cornfoot Rd., Portland, Oregon, 97218, United States
Zip Code: 97218
 
Record
SN04690983-W 20170924/170922231644-7c29ce1b36ffd08dbfb5c1a80b7a1e15 (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.