Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
DOCUMENT

R -- Radio Air Time to Advertise for Veterans Programs at the Stratton VA Medical Center - Attachment

Notice Date
4/20/2018
 
Notice Type
Attachment
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
36C24218Q0444
 
Response Due
5/4/2018
 
Archive Date
7/3/2018
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION RADIO AIR TIME TO ADVERTISE VETERAN PROGRAMS STRATTON VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, and FAR 16.5 Indefinite-Delivery Contract, 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0444. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a small business set-aside. The North American Industry Classification System (NAICS) code is 541810, Advertising Agency, with a small business size standard of $15 Million. (v) The Contractor shall provide pricing to provide services of estimated monthly thirty (30) second radio air time commercials for the Stratton VA Medical Center. See table below: TOTAL PRICING Line Item DESCRIPTION PRICE PER AD ESTIMATED MONTHLY QUANTITY UNIT ESTIMATED MONTHLY PRICE ESTIMATED TOTAL YEAR PRICE 1. Monthly radio air time to advertise for the Stratton VAMC from June 1, 2018 May 31, 2019 100 EA 2. Option Year 1: Monthly radio air time to advertise for the Stratton VAMC from June 1, 2019 May 31, 2020 100 EA 3. Option Year 2: Monthly radio air time to advertise for the Stratton VAMC from June 1, 2020 May 31, 2021 100 EA TOTAL PRICE (vi) Description of requirement: The contractor shall provide radio air time to advertise for the Stratton VA Medical Center as identified below. Background: The Stratton VA Medical Center in Albany New York is currently seeking the services of a contractor to provide radio air time to advertise for the Stratton VA Medical Center (VAMC) and surrounding area. Contractor shall provide options of time slots available for purchase on radio stations for the Albany VAMC to promote public awareness of Department of Veterans Affairs (VA) health care programs. Agreement includes radio broadcasts which are estimated to be One Hundred (100) thirty (30) second radio commercials per month, and up to Twelve Hundred (1200) thirty (30) second radio commercials per year. Period of Performance: Estimated Period of performance shall be from June 1, 2018 May 31, 2019 with the provision of two (2) one year options thereafter. RADIO BROADCAST REQUIREMENTS Radio spots shall be coordinated with web messaging and event participation. Media presence shall be focused on market congruous with the Albany VAMC market. Contractor must be able to meet the following: Radio stations must be local to the Albany, NY area and have a coverage power output at 50,000W Must offer multiple radio stations for advertising and ability to use each of them fluidly. Must allow the VA to alter the number of advertisements per month based on the VA s needs. Must have strong ratings in the Albany, NY target area to ensure message is delivered to maximum audience. Must offer a programming variety that ensures coverage among the VA s multiple demographic target audiences VA Public Affairs Officer (PAO) shall provide all message content. The contractor will design the delivery of the advertisement to meet the time allotments. The VA PAO will review and approve all message content prior to use on air. The government seeks to award a firm fixed-price contract for these services. The contractor shall send invoices to the Contracting Officer Representative (COR) identified, as the COR will certify invoices submitted to the VA. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR), Donna Golossi, prior to performance. FOB Destination: Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208-3410 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: Solicitation number for this requirement as 36C24218Q0444 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty, if applicable Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Provide a maximum of a 5 page capability statement demonstrating technical Capability to meet all of the requirements of the scope of work. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.216-18 Ordering (OCT 1995) 52.216-19 Order Limitations (OCT 1995) 52.216-21 Requirements (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xiv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Friday May 4, 2018. This requirement will be awarded as a firm fixed-price purchase order. Submit quotes and supporting documentation by email to Janine Childs at Janine.Childs@va.gov. (xv) Direct your questions to Janine Childs, Contract Specialist, Janine.Childs@va.gov and Anthony Murray, Contracting Specialist, Anthony.Murray2 @va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q0444/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0444 36C24218Q0444.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4243000&FileName=36C24218Q0444-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4243000&FileName=36C24218Q0444-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Stratton VA Medical Center;133 Holland Ave;Albany, NY
Zip Code: 12208-3410
 
Record
SN04896833-W 20180422/180420230827-ca2d0486c0d766e94c50e049b2f78443 (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.