Radio Advertising

expired opportunity(Expired)
From: Federal Government(Federal)
W912LM18Q6059COMBINE

Basic Details

started - 30 Aug, 2018 (about 5 years ago)

Start Date

30 Aug, 2018 (about 5 years ago)
due - 06 Sep, 2018 (about 5 years ago)

Due Date

06 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912LM18Q6059COMBINE

Identifier

W912LM18Q6059COMBINE
Department of the Army

Customer / Agency

Department of the Army
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.

30 August 2018****CHANGE LOG 2****Add additional clarification from vendor questions and to extend the solicitation by two days from closing on 4 September 2018 to closing on 6 September 2018.Q1. Is there an incumbent?A1. No incumbent, this is a new requirement.Q2. Are you looking for a radio group to handle this or a media buying service that can make placements on any radio station?A1. Either will work.Q3. Does your contractor have to be located in Minnesota?A3. The radio advertising will be broadcast on radio stations in the desired market area.Q4. "The contractor shall provide the government a complete and usable product that will be insptected..." Can you give more detail on what this means?A4. The Government will review the ad prior to air time.Q5. Is the firm fixed price you are looking for based on teh media cost plus agency fee or just the agency fee at this point?A5. The quote should cover all costs, as this is an anticipated firm-fixed priced award.Q6. "The contract shall
guarantee a minimum of 400% ROI..." Can the 4-1 return be accessed on the global campaign or do you expect that from each station purchase?A6. Global campaignQ7. Once a contractor has been selected, will they be allowed to place ads for the entire year or one at a time?A7. Entire year, unless there is a major change to the recruiting efforts (i.e. new bonuses).Q8. Is the creative ready for the radio ads, or is a new creative required to be produced?A8. A new creative produced; however, the Government will work with the awarded company to word the advertisement.28 August 2018****CHANGE LOG 1****Add clarification due to vendor questions:Q1. Are you looking for a media ad buy or are you looking for in-kind PSA's donated by each station?A1. We are looking for a media ad buy.Q2. Do you have desired markets and age demographics?A2. Desired market area is Northern Minnesota and Northwestern Wisconsin (Duluth/Superior and surrounding areas) and age demographics is 18 - 24 year olds (high school/college age).Q3. Would you be interested in added-value services beyond broadcast?A3. You are welcome to quote additional items as options.23 August 2018This 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; quotes 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 2005-99. This combined synopsis/solicitation is being issued as a cascading small business set-aside. If no acceptable Small Business quotes are received, then other than Small Business responses will be considered. North American Industrial Classification Standard 515112 applies to this solicitation; business size standard is $38.5M.The Minnesota Air National Guard has a requirement for 12 months of radio advertising and plans to issue a firm-fixed price order for the following:CLIN 0001 Radio AdvertisementsCLIN 0002 Contractor Manpower ReportingDescription of this requirement:The Government intends to establish a contract to be effective for twelve (12) consecutive monthly periods beginning within 15 days of contract award to create brand awareness of the MN Air National Guard and the 148th Fighter Wing via radio public service announcements. See attached Statement of Work for greater detail.Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted.Preparing and Submitting your Quote:Offerors shall provide pricing for the above items inclusive of delivery to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6031. Performance is preferred within 15 days after date of contract. Please make quotes valid until September 30, 2018.All questions and quotes must be directed to Rebecca Dimler at rebecca.p.dimler.mil@mail.mil no later than two business days prior to quote due date or may not be considered. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing.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, delivery, and past performance factors considered. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement.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 a quote. At the time of evaluation of your quote, your company shall 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.If an individual item of supply is valued at over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, or GRAI are considered equivalent of a UID.The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:Provisions:FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Jan 15); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 16); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005);Clauses:FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 14); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212‐1, Instructions to Offerors-Commercial Items (Aug 2018); FAR 52.212‐2, Evaluation-Commercial Items (Oct 2014); FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items (Aug 2018); FAR 52.212‐4, Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2018); FAR 52.219‐6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222‐21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222‐50, Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225‐13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233‐3, Protest After Award (Aug 1996); FAR 52.233‐4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Aug 2018); FAR 52.252‐2, Clauses Incorporated by Reference (Feb 1988); 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013); DFARS 252.232‐7010, Levies on Contract Payments (Dec 2006); DFARS 252.247‐7023, Transportation of Supplies by Sea (Apr 2014).Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/. Contact Information: Rebecca P. Dimler, Contracting Officer, Phone 2187887241, Email rebecca.p.dimler.mil@mail.mil - Christopher C Fisher, Contracting Officer, Phone 2187887242, Email christopher.c.fisher10.mil@mail.mil Office Address :4685 Viper St. Duluth MN 55811-6012 Location: 148 MSG/MSC, MN ANG Set Aside: N/A

4680 Viper StreetDuluth, MNLocation

Address: 4680 Viper StreetDuluth, MN

Country : United States

You may also like

MOBILE RADIOS FOR CI

Due: 21 Sep, 2024 (in 4 months)Agency: INTERNAL REVENUE SERVICE

Radio System Infrastructure Modernization

Due: 30 Jun, 2032 (in about 8 years)Agency: Technology and Enterprise Business Solutions

Expansion of existing Land Mobile Radio in Lebanon

Due: 09 May, 2024 (in 10 days)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAISC: 541810 GSA CLASS CODE: R