Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOLICITATION NOTICE

R -- 126th ARW Recruiting Campaign

Notice Date
5/29/2024 8:52:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 126 SCOTT AFB IL 62225-5503 USA
 
ZIP Code
62225-5503
 
Solicitation Number
W50S7S24Q0006
 
Response Due
6/7/2024 1:00:00 PM
 
Archive Date
06/22/2024
 
Point of Contact
TSgt Jonathan Middleton, Phone: 6182225116, MSgt Benjamin James, Phone: 6182225112
 
E-Mail Address
jonathan.middleton.5@us.af.mil, benjamin.james.1@us.af.mil
(jonathan.middleton.5@us.af.mil, benjamin.james.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0003: Solicitation due date has been extended, RFI posted.� The Government is aware that the ANG Gallery link is experiencing intermittent outages. Please continue to check the link.� Amendment 0002: RFI posted.� Amendment 0001: Please refer to the attached Zone map. This campaign will only cover zone 3 of Illinois. All printed advertising will adhere to ANG standards. Refer to attachments ANG �Graphics Standard 2019� and �ANG logo�. Refer to the ANG Gallery (URL provided below) for examples of approved graphics. Any deviation must be approved prior to publishing. The same applies for original art and anything not shown in the gallery. Radio spots will consist of a mix of prerecorded ~30 second commercials. 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-04. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 541810 applies to this solicitation; business size standard is $25.5M dollars. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: The Illinois Air National Guard is seeking local marketing services with a special emphasis on billboards and radio advertisements throughout the State of Illinois. This requirement is not to overlap with existing national campaigns. The intent of the campaign is to attract interested/qualified applicants to serve as members of the Illinois Air National Guard. The following activities are approved local marketing strategies: Printed billboards and printed advertisements Print ads (Static displays that not tied to �call to digital action� prompts) Public transportation Local events Yard signs Advertisements at local sporting events or other venues not affiliated with national programs Local events that are not covered by national programs Local pamphlets/flyers (IAW current Government Publishing Office (GPO) Guidelines) marketing events and advertising such as classified display ads, classified line ads, radio & TV spots, high school newspaper ads and billboards. This listing is not all inclusive. Requests for Information (RFI) may be submitted to the Contracting Officer for validating a proposed strategy. This campaign is intended to target local audiences not covered under the national total force marketing contract. This campaign will NOT advertise with the following sports leagues: Major League Baseball (MLB) Minor League Baseball (MiLB) National Association for Stock Car Auto Racing (NASCAR) National Basketball Association (NBA) National Football League (NFL) National Hockey League (NHL) Professional Bull Riders (PBR) Ultimate Fighting Championship (UFC) This RFQ is NOT seeking digital advertising: Digital marketing purchases in any form are prohibited. All local digital marketing lines of effort will be executed through national programs. Digital marketing pertains to the realm of marketing on the internet, not digital billboards. This list is not all-inclusive and is subject to change based on new platforms and technology advances: Streaming services (audio & video) Digital (website) advertising including display, banners, & video (Inclusive of geo fencing + geo targeting) Pre-roll- ads (shows before content that is streamed) Paid social media Search engine optimization or purchasing search terms Direct marketing (email, SMS campaigns) Online job postings Preparing and Submitting your Quote: Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include feasible period of performance (PoP) not to exceed 1 year. The PoP of each CLIN will run in conjunction with each other to the maximum extent practical. Quotes need to include: Offeror�s Unique Entity Identification (UEI) / CAGE Advertising campaign details. Offerors may submit multiple quotes/campaigns. The quote should include overall marketing objectives, strategies for meeting the objectives, planned expenditures to execute the strategies, and metrics to evaluate the success of the expenditure. Demographic information of targeted audience. Method for tracking impressions on target audience. Examples of appropriate metrics: Number of impressions, number of engagements, number of new contacts or leads, traffic volume and attendance at an event. Looking for the best campaign at the government price point: Radio Advertising - $15,000 Billboard/Printed Advertising - $10,000 Preferred CLIN structure: CLIN0001: Radio Advertising Campaign, 1 Job, $15,000 CLIN0002: Billboard/Printed Advertising Campaign, 1 Job, $10,000 Additional funding may become available after this solicitation closes. Should additional funding become available prior to award, the government intends to work with the prospective awardee to increase the size of the campaign, in proportion to the original intended award. All questions and quotes must be directed to 126th Contracting Officer via email at 126.ARW.MSC@us.af.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 60 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. Place the solicitation number (W50S7S24Q0006) in the subject line of any email. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, and past performance. When an offeror submits multiple quotes/campaigns, each one will be evaluated separately.� If offeror is submitting a mix-and-match quote, the government will pick the best combination of options and evaluate it as a single quote. Technical will be evaluated based on reach / impressions, the targeted reach-demographics, government�s independent evaluation of how likely the campaign will generate results, and success/failure of similar campaigns in the past. Past Performance will be evaluated using queries in third party and government systems. All solicitation specifications are not absolute and the 126ARW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. The selected Offeror must comply with the following Clauses, which are incorporated herein by reference: Clauses 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jun 2020 52.204-13 System for Award Management Maintenance Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 52.204-19 Incorporation by Reference of Representations and Certifications. Dec-14 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Develo� Nov 2021 53.204-25 Prohibition of Contracting for Certain Telecommunications and Video Su... Nov 2021 52.209-6 Protecting the Government's Interest When Subcontracting with Contrac� Jun 2020 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 52.212-4 Contract Terms and Conditions--Commercial Items Oct 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes� Jan 2021 52.212-5 (Dev) Contract Terms and Conditions� (Deviation 2018-O0021) Oct 2018 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2020 52.222-21 Prohibition of Segregated Facilities Apr 2015 52.222-26 Equal Opportunity Sep 2016 52.222-36 Equal Opportunity for Workers with Disabilities Jun 2020 52.222-50 Combating Trafficking in Persons Nov 2021 52.223-5 Pollution Prevention and Right-to-Know Information May 2011 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hyd� Jun 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 52.232-39 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 52.252-2 Clauses Incorporated by Reference Feb 1998 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 252.204-7003 Control of Government Personnel Work Product Apr 1992 252.204-7006 Billing Instructions Oct 2005 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident� Dec 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunic� Jan 2021 252.204-7020 NIST SP 800-171 DoD Assessment Requirements Mar 2022 252.204-7024 Notice on the use of the Supplier Performance Risk System Mar 2023 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Haz� Sep-2014 252.223-7008 Prohibition of Hexavalent Chromium Jun 2023 252.225-7002 Qualifying Country Sources As Subcontractors Mar 2022 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Pro... Dec 2022 252.225-7048 Export-Controlled Items Jun 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec 2018 252.232-7006 Wide Area Workflow Payment Instructions Dec 2018 252.232-7010 Levies on Contract Payments Dec 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Jun 2013 252.243-7001 Pricing Of Contract Modifications Dec 1991 252.244-7000 Subcontracts for Commercial Items Dec 2022 252.247-7023 Transportation of Supplies by Sea Feb 2019 Provisions 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal� Jan 2017 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.204-17 Ownership or Control of Offeror Aug 2020 52.204-20 Predecessor of Offeror Aug 2020 52.204-22 Alternative Line Item Proposal Jan 2017 52.204-24 Representation Regarding Certain Telecommunications and Video Sur� Nov 2021 52.204-26 Covered Telecommunications Equipment or Services-Representation. Oct 2020 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or� Feb 2016 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services Nov 2021 52.212-2 Evaluation�Commercial Products and Commercial Services Nov 2021 52.212-3 Offeror Representations and Certifications�Commercial Products and� Dec 2022 52.212-3 (Dev) Offeror Representations and Certification� (Deviation 2023-O0002) Dec 2022 52.216-27 Single or Multiple Awards Oct 1995 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals... Dec 2016 52.225-18 Place of Manufacture Aug 2018 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or� Jun 2020 52.252-5 Authorized Deviations in Provisions Nov 2020 252.203-7005 Representation Relating to Compensation of Former DoD Officials Sep 2022 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services-Rep... Dec 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunicat� May 2021 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements Mar 2022 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance� Sep 2019 Small Business Set-Aside 52.219-1 Small Business Program Representations Mar 2023 52.219-6 Notice of Total Small Business Set-Aside Nov 2020 52.219-28 Post-Award Small Business Program Representation Oct 2022 252.219-7012 Competition for Religious-Related Services Apr 2018 Services 52.222-41 Service Contract Labor Standards Aug 2018 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 52.222-55 Minimum Wages Under Executive Order 13658 Nov 2020 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan-17 52.237-2 Protection of Government Buildings, Equipment, And Vegetation Apr 1984
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba007f0447de41deb95b25b5c7d824f4/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN07079409-F 20240531/240529230055 (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.