Non-Commercial Sustaining Announcements (TV and radio broadcasts) and digital advertising campaigns

expired opportunity(Expired)
From: Federal Government(Federal)
W91ZRS23R0003

Basic Details

started - 14 Feb, 2023 (14 months ago)

Start Date

14 Feb, 2023 (14 months ago)
due - 14 Feb, 2023 (14 months ago)

Due Date

14 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
W91ZRS23R0003

Identifier

W91ZRS23R0003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705562)DEPT OF THE ARMY (132615)NGB (17428)W7MZ USPFO ACTIVITY CT ARNG (289)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 dated 28 October 2022 This solicitation number W91ZRS23R0003 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Non-Commercial Sustaining Announcements (TV and radio broadcasts) and digital advertising campaigns. This request is due by 16 December 2022 at 1:00 p.m. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this
acquisition is 541810 –Advertising Agencies 10. The small business standard size for NAICS 541810 is $15.0 million in annual receipts.Instructions to OfferorsAll questions shall be in writing. Questions may be faxed to John Rettman at 860-386-4080 or emailed at john.s.rettman.civ@army.mil. Questions must be submitted No Later Than 14 December 2022.All quotes are due no later than 1:00 p.m. eastern time, 16 December 2022. Quotes may be faxed to Joh Rettman at 860-386-4080 or emailed to john.s.rettman.civ@army.mil.It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time.Basis for AwardAward shall be made to a single offeror. 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 Government has the right to use Government contracts that the vender has previously won as their past performance rating.Price EvaluationThe price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive.The determination that a quote is reasonable will be based on competitive quotation/offers and historical history.The most important is price.The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government is not responsible for developing the comparison from insufficient information provided.Sam’s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov.Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/.Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer.Offers must include a completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) with its offer.Performance Work Statement TV and Radio Broadcasts NCSA and Digital Advertising CampaignsThis contract is to provide the Connecticut Army National Guard (CTARNG) the ability to advertise at the state and local levels using: Non-Commercial Sustaining Announcements (TV and radio broadcasts) at a 4-1 ratio and digital advertising campaigns. The twelve-month digital advertising campaign will place ads within Google Display Network, Meta Platforms, Tik Tok, Snap Chat and/or another platform based on return-on-investment reviews. The primary objective is to reach the CTARNG target demographics of 17-24 year-olds, then 25-35 year-olds who are willing to serve in Connecticut as CTARNG members.Also, broadcasts need to be in a variety of markets (large and small) throughout the state while giving priority treatment for airtime, receiving repeated air-time through the campaign, and is more likely to air in desirable time slots between 6:00AM and 12:00AM local standard time.The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation—Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : 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) (APRIL 2021),The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions—Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (Deviation 2013-O0019) (APR 2015) Alternate II (APR 2015); FAR 52.219-6, Notice of Small Business Set – Aside; FAR 52.219.28, Post Award Small Business Program 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, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); 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 Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic 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 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer’s Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; 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; Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov. (End of clause)

Hartford ,
 CT   USALocation

Place Of Performance : N/A

Country : United StatesState : ConnecticutCity : Hartford

You may also like

On-Call Recruitment Marketing and Media Buying

Due: 11 Mar, 2025 (in 10 months)Agency: Community Transit

Classification

pscCode R701Advertising Services