Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

R -- Digital Marketing for the MEARNG RRB

Notice Date
5/23/2023 9:12:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
516210 —
 
Contracting Office
W7NC USPFO ACTIVITY ME ARNG AUGUSTA ME 04333-0032 USA
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-23-Q-0009
 
Response Due
4/28/2023 9:00:00 AM
 
Archive Date
05/13/2023
 
Point of Contact
Daniel S Bibeau, Phone: 2074306219
 
E-Mail Address
daniel.s.bibeau.mil@army.mil
(daniel.s.bibeau.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote W912JD-23-Q-0009 and is issued as a request for quote (RFQ) utilizing FAR Part 13 � Simplified Acquisition Procedures. The solicitation number is W912JD-23-Q-0009 and is issued as a request for quote (RFQ) utilizing FAR Part 13 � Simplified Acquisition Procedures. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 and DFARS DPN 20230301. This requirement is set aside for small businesses. The associated NAICS code is 516210 with a size standard of $47.0M. The contractor shall provide digital advertisement between the hours of 12:00 AM to 11:59 PM seven days a week, except on recognized US holidays, in order to reach potential new recruits in the targeted demographic of 17�24-year-old as defined in the attached Performance Work Statement (PWS). �All artwork, sound clips and logos will be provided by the MEARNG Recruiting Retention Battalion POC.��Please provide pricing in accordance with the attached bid sheet. Questions regarding this RFQ shall be sent to daniel.s.bibeau.mil@army.mil by 1300 EST on 21 April 2023. Amendments, if necessary, will be posted to the www.sam.gov website; paper copies will not be issued. Offeror quotes will be evaluated in accordance with FAR 13.106-2. 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 �price, technical, past performance. To receive consideration for award, a rating of no less than �Acceptable� must be achieved for technical consideration and a rating of no less than �Satisfactory Confidence must be achieved for the Past Performance factor. The Price factor will be evaluated to establish reasonableness of the otherwise successful quoter�s price but will not receive an evaluation rating. The following evaluation factors will be set forth in the solicitation. See attached Evaluation and Ratings document. Price Technical � Provide a brief narrative explaining how the requirements of the PWS will be accomplished, no more than 2 pages in length.� Past Performance � Provide three references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. These references must include a brief description of the work completed, contact information, and the contract number (if relevant). The Government also reserves the right to obtain information for use in past performance evaluations from any and all sources.This includes, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and other designated Technical Representatives. While all three factors will be evaluated, price is more important than past performance and technical. The Government reserves the right to award without discussion. Quotes are to be submitted to Daniel Bibeau, Contract Specialist at daniel.s.bibeau.mil @army.mil by 28 April 2023 at 1200 EST. The following provisions are included for the purposes of this combined synopsis/solicitation: The full text provisions may be accessed electronically at https://www.acquisition.gov/ Provisions and clauses Incorporated By Reference 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services (DEVIATION 2023-O0002) (DEC 2022) 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (DEC 2022) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (DEC 2022) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post-Award Small Business Program Representation (SEP 2021) 52.219-33 Non-Manufacturer Rule (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 (DEV) Child Labor�Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2022 Deviation) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (FEB 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (NOV 2020) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2017) 252.225-7021 Trade Agreements--Basic (JUL 2020) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (JAN 2023) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Items (JAN 2023) Provisions and Clauses incorporated in full text Full Text Clauses 52.252-2 Clauses Incorporated By Reference�(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. Upon request, the�Contracting Officer�will make their full text available. Also, the full text of a clause�may�be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) ������(a)�The use in this�solicitation�or�contract�of any Federal� Acquisition �Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. ������(b)�The use in this�solicitation�or�contract�of any�Defense Federal Acquisition Regulation Supplement�(48 CFR�Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) (a)�Definitions.�As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (b)�Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (c)�WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d)�WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e)�WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)�WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)�Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. SERVICE� (2n1) � Invoice and Receiving Report (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (3)�Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. � � � � � � � � � � � � Routing Data Table* Field Name in WAWF Data to be entered in WAWF: Pay Official DoDAAC� � �� HQ0670 Issue By DoDAAC� � � � �� W912JD Admin DoDAAC� � � � � � � �W912JD Inspect by DoDAAC� � ��� �W91QUL (4)�Payment request.�The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5)�Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g)�WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. � � � � � � ng.me.mearng.list.j8-vendorpay-inquiries@army.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a13ffdb1b16d428e9a7dc674afb4cce9/view)
 
Place of Performance
Address: Augusta, ME 04333, USA
Zip Code: 04333
Country: USA
 
Record
SN06691574-F 20230525/230523230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.