Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2023 SAM #7920
SOLICITATION NOTICE

R -- Colorado Army National Guard Advanced Marketing Services

Notice Date
8/2/2023 3:04:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
W7MY USPFO ACTIVITY CO ARNG AURORA CO 80011-9551 USA
 
ZIP Code
80011-9551
 
Solicitation Number
W912LC-23-Q-0047
 
Response Due
8/31/2023 12:00:00 PM
 
Archive Date
09/15/2023
 
Point of Contact
Serena Hoppe, Phone: 7202504041, James S. Rawlings, Phone: 7202504034
 
E-Mail Address
serena.a.hoppe.civ@army.mil, james.s.rawlings.civ@army.mil
(serena.a.hoppe.civ@army.mil, james.s.rawlings.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective 2 June 2023. All applicable provisions and clauses are included in the actual solicitation. 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. FAR part 13.5 procedures will be used for the entirety of this requirement. 2. The Colorado Army National Guard is requesting quotes for Advanced Marketing Services under NAICS 541613 and the associated size standard is $16M. 3. This solicitation is being issued as a Request for Quotes (RFQ). 4. In order to be considered a valid quote, all evaluation areas listed in �Evaluation Criteria� section 2.1.1 must be specifically addressed at time of quote submission. Evaluation Factor/Performance Objective 1 � Four (4) Recruiting Market Analysis Report to include a comprehensive analysis of Colorado recruiting market trends and demographics. 1.1 Deliverables contain the identification of potential target segments and regions for recruitment. Analytics Reports consisting of total advertisement spend, Website Traffic, Conversion Rate, Return on Investment (ROI), Customer Acquisition Cost, Click-Through Rate, Social Media Engagement, Email Open Rate, and Click-Through Rate, Customer Lifetime Value, must be delivered Monthly NLT the 21st of the month. PWS page 5. Evaluation Factor/Performance Objective Factor 2 � One (1) Marketing Plan Development training 1.1 The Marketing plan training will entail the objectives, SWOT analysis, and Media Spend plan for the fiscal year designed to develop a strategic and comprehensive marketing plan tailored to the COARNG RRB Commanders� intent. The plan must include the objectives, target audience, messaging, channels, and timeline for implementation. (Completed NLT October 30th, 2023). PWS page 6. Evaluation Factor/Performance Objective 3 � Twelve (12) Monthly analytics meetings with the COR 1.1 The contractor shall coordinate twelve meetings to be held monthly NLT three business days until the end of the month. PWS page 6. Evaluation Factor/Performance Objective 4 � Sixty (60) Custom segmented Geofence and Geo-conquest Campaigns. 1.1 The contractor shall create and manage sixty campaigns split between Google Ads and Meta. PWS page 6. Evaluation Factor/Performance Objective 5 � Four (4) Marketing Consulting meetings 1.1 The contractor shall hold at least four (4) custom-tailored consulting meetings held with the MNCO and Staff Members to discuss techniques, best practices, and guidance to ensure success. PWS page 6. Evaluation Factor/Performance Objective 6� Six (6) Lead Nurturing Campaigns � 1.1 The contractor shall create six lead nurturing campaigns tailored to prior service members, lead generating, OSM, WOSM, Special Forces, and Retention OSM, WOSM, Special Forces, and Retention. PWS page 6. Evaluation Factor/Performance Objective 7� Twelve (12) Google Call Advertising Campaigns The contractor will custom tailor twelve Google Call advertisements tailored to each Recruiting location. PWS page 7. Evaluation Factor/Performance Objective 8� Twelve (12) Google Search Advertising Campaigns The contractor will custom tailor twelve Google Search advertisements tailored to each Recruiting location. PWS page 7. Evaluation Factor/Performance Objective 9� Five (5) Google Advertising Keywords The contractor shall provide at least five custom-titled keywords, examples (Military Recruiter Near Me, Join the National Guard, Etc.). PWS page 7. Evaluation Factor/Performance Objective 10� Evaluation Procedures 1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable and complete. 1.2. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable. 1.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete quotes with respect to price. A complete proposal will include all information required by this solicitation. 1.4. Evaluation of Option Pricing. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, and 2nd option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award. A firm fixed price award will be made based on the offeror meeting the requirements in the PWS and all evaluation factors for one (1) base year with two (2) option years (36 months). Please email quotes to serena.a.hoppe.civ@army.mil NLT August 31, 2023, 1300 MST to be considered for award. Please email all questions to the above referenced email address NLT 08/14/2023. Answers to questions will be posted as an amendment by COB 08/18/2023. PROVISIONS AND CLAUSES PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (Jun 2020) FAR 52.203-2 Certificate of Independent Price Determination APR 1985 FAR 52.203-3 Gratuities APR 1985 FAR 52.203-5 Covenant Against Contingent Fees (May 2014) FAR 52.203-6 (Alt 1) Restrictions on Subcontractor Sales to the Government OCT 1985 FAR 52.203-7 Anti-Kickback Procedures (Jun 2020) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020) FAR 52.203-19 Prohibition on Regarding Certain Internal Confidentiality Agreement or Statements JAN 2017 FAR 52.204-1 Approval of Contract DEC 1989 FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 FAR 52.204-7 System for Award Management (Oct 2018) � Provision FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance (Oct 2018)������������������������������������������������������ FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) - Provision FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.204-22 Alternative Line-Item Proposal (Jan 2017) � Provision FAR 52.204-27 Prohibition on a ByteDance Covered Application FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services (DEVIATION 2023-O0002) FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Dec 2022) FAR 52.216-24 Limitation of Government Liability (Apr 1984) FAR 52.216-25 Contract Defeminization Alternate I (Apr 1984) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-9 Small Business Subcontracting Plan FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Jun 2020) FAR 52.229-11 Tax on Certain Foreign Procurements - Notice and Representation (Jun 2020) - Provision FAR 52.229-12 Tax on Certain Foreign Procurements (Feb 2021) FAR 52.232-1 Payments (Apr 1984) FAR 52.232-8 Discounts for Prompt Payment (Feb 2002) FAR 52.232-18 Availability of Funds FAR 52.232-23 Assignment of Claims (May 2014) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.233-2 Service of Protest (Sept 2006) FAR 52.233-3 Protest After Award FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.237-3 Continuity of Services FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services (Dec 2022) DFARS 252.201-7000 Contracting Officer�s Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) � Provision DFARS 252.204-7000 Disclosure of Information (Oct 2016) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) � Provision DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) � Provision DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.204-7024- Notice on the Use of the Supplier Performance Risk System DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (May 2019) DFARS 252.225-7035 Buy American � Free Trade Agreements � Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7036 Buy American � Free Trade Agreements � Balance of Payments Program (Jun 2022) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (Dec 2022) DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) - Provision DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (May 2022) DFARS 252.229-7014 Full Exemption from Two-Percent Excise Tax on Certain Foreign Procurements (Oct 2022) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Apr 2020) DFARS 252.239-7001 Information Assurance Contractor Training and Certification (Jan 2008) DFARS 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) - Provision The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at�52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at�52.204-26, or in paragraph (v)(2)(ii) of the provision at�52.212-3. ��(a)�Definitions.�As used in this provision� ������Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component�have the meanings provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ��(b)�Prohibition.� (1)�Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. �����������(2)�Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a federal contract. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ��(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ��(d)�Representation.�The Offeror represents that� �����(1)�It�?�will,�?�will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and �����(2)�After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It�?�does,�?�does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. ��(e)�Disclosures.� �����(1)�Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �����(2)�Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ������������������������������������������������������������������ (End of provision) FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation (Oct 2020) - Provision ��(a)�Definitions.�As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ��(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ��(c)�(1)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. �����(2)�After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it�?�does,�?�does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. ���������� (End of provision) FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) � Provision (a)�Definitions. As used in this provision� ������Administrative proceeding�means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. ������Federal contracts and grants with total value greater than $10,000,000�means� �����������(1)�The total value of all current, active contracts and grants, including all priced options; and �����������(2)�The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). �����������Principal�means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). �(b)�The offeror�?�has�?�does not have current active Federal contracts and grants with total value greater than $10,000,000. ������(c)�If the offeror checked ""has"" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: �����������(1)�Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: ����������������(i)�In a criminal proceeding, a conviction. ����������������(ii)�In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. ����������������(iii)�In an administrative proceeding, a finding of fault and liability that results in� ���������������������(A)�The payment of a monetary fine or penalty of $5,000 or more; or ���������������������(B)�The payment of a reimbursement, restitution, or damages in excess of $100,000. ����������������(iv)�In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. �����������(2)�If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. ������(d)�The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via�https://www.sam.gov�(see�52.204-7). ������������������������������������������������������������������������ (End of provision) ADDENDUM TO FAR 52.212-1 INSTRUCITONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2020) To ensure timely and equitable evaluation of quotes, offerors shall adhere to the following instructions in preparing their quote. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offeror being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Verify that the prices quoted reflect the most competitive pricing available to the Government. In addition to these instructions, offerors shall refer to FAR 52.212-1 Instructions to Offerors-Commercial Items for a list of all information an offeror�s quote shall include. Quote Size and Content: Quote shall be submitted on company letterhead as one volume with separate sections marked to correspond with the separate evaluation factors listed below. Quote page size shall be 8.5 x 11 inches, and pages shall be single spaced. The text size shall be no less than Times New Roman 10 point.� Use at least 1-inch margins on all sides of each page.� Pages shall be numbered sequentially and shall not exceed 15 pages in length. The offeror must submit detailed information for each evaluation factor. The information within the quote must demonstrate that the offered services meet or exceed the minimum specifications found in the solicitation's PWS. The Government will evaluate the offers on the basis of information furnished by the offeror in response to the solicitation. Evaluation Factor/Performance Objective 1 � Four (4) Recruiting Market Analysis Report to include a comprehensive analysis of Colorado recruiting market trends and demographics. 1.1 Deliverables contain the identification of potential target segments and regions for recruitment. Analytics Reports consisting of total advertisement spend, Website Traffic, Conversion Rate, Return on Investment (ROI), Customer Acquisition Cost, Click-Through Rate, Social Media Engagement, Email Open Rate, and Click-Through Rate, Customer Lifetime Value, must be delivered Monthly NLT the 21st of the month. PWS page 5. Evaluation Factor/Performance Objective Factor 2 � One (1) Marketing Plan Development training 1.1 The Marketing plan training will entail the objectives, SWOT analysis, and Media Spend plan for the fiscal year designed to develop a strategic and comprehensive marketing plan tailored to the COARNG RRB Commanders� intent. The plan must include the objectives, target audience, messaging, channels, and timeline for implementation. (Completed NLT October 30th, 2023). PWS page 6. Evaluation Factor/Performance Objective 3 � Twelve (12) Monthly analytics meetings with the COR 1.1 The contractor shall coordinate twelve meetings to be held monthly NLT three business days until the end of the month. PWS page 6. Evaluation Factor/Performance Objective 4 � Sixty (60) Custom segmented Geofence and Geo-conquest Campaigns. 1.1 The contractor shall create and manage sixty campaigns split between Google Ads and Meta. PWS page 6. Evaluation Factor/Performance Objective 5 � Four (4) Marketing Consulting meetings 1.1 The contractor shall hold at least four (4) custom-tailored consulting meetings held with the MNCO and Staff Members to discuss techniques, best practices, and guidance to ensure success. PWS page 6. Evaluation Factor/Performance Objective 6� Six (6) Lead Nurturing Campaigns � 1.1 The contractor shall create six lead nurturing campaigns tailored to prior service members, lead generating, OSM, WOSM, Special Forces, and Retention OSM, WOSM, Special Forces, and Retention. PWS page 6. Evaluation Factor/Performance Objective 7� Twelve (12) Google Call Advertising Campaigns The contractor will custom tailor twelve Google Call advertisements tailored to each Recruiting location. PWS page 7. Evaluation Factor/Performance Objective 8� Twelve (12) Google Search Advertising Campaigns The contractor will custom tailor twelve Google Search advertisements tailored to each Recruiting location. PWS page 7. Evaluation Factor/Performance Objective 9� Five (5) Google Advertising Keywords The contractor shall provide at least five custom-titled keywords, examples (Military Recruiter Near Me, Join the National Guard, Etc.). PWS page 7. Evaluation Factor/Performance Objective 10� Evaluation Procedures 1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable and complete. 1.2. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable. 1.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete quotes with respect to price. A complete proposal will include all information required by this solicitation. 1.4. Evaluation of Option Pricing. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, and 2nd option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award. (End of Provision) FAR 52.212-2 EVALUATION OF QUOTES The Government will assess the offeror�s quote on two (2) factors: (1) Price and (2) Technical Capability.� The Government reserves the right to accept other than the lowest priced offer and reject any and all offers. The basis of award will be a conforming quote that represents the best value to the Government. As stated in FAR 52.212-1(g), the Government intends to make an award without conducting discussions. Evaluation Factor 1 � Price 1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these tec...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ff5953829a2424cb0f2efe430a49117/view)
 
Place of Performance
Address: Centennial, CO 80015, USA
Zip Code: 80015
Country: USA
 
Record
SN06773228-F 20230804/230802230045 (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.