Search Contract Opportunities

Outdoor Billboard Advertising

ID: W50S7H-21-R-0008 • Type: Synopsis Solicitation

Description

Posted: Sept. 12, 2021, 10:50 a.m. EDT

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; proposals are being requested and a written solicitation will not be issued. Solicitation number W50S7H-21-R-0008 is being issued as a request for quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2021-06, Effective July 12, 2021 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20210830 dated August 30, 2021. It is the contractors' responsibility to be familiar with applicable clauses and provisions.

This requirement is being Set-Aside for Small Businesses under 541850 and the business size standard Is $16.5M.

Description of Requirement: The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to perform a long-term billboard advertising campaign for the MS Air National Guard. See the Performance Work Statement (PWS) for specific details.

CLIN 0001 Billboard Advertising Campaign, 1 JOB

Place and Period of Performance: See PWS. The estimated Period of Performance for this effort is approximately 12 months but is subject to change based on budgetary constraints.

Wage Determination No.: 2015-5151 for Forrest County, MS is applicable

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.

ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items: Offerors shall prepare their quotations IAW FAR 52.212-1. In addition, the following information shall be included:

1. DUNS Number.

2. Federal Tax ID Number.

3. CAGE Code.

4. Contractor's Legal Name.

5. Payment Terms (NET 30) or Discount.

6. Point of Contact and Phone Number.

7. Email address.

8. Technical capability of the services offered to meet the Government requirement.

9. References.

10. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This may be accomplished in SAM.GOV

11. A statement identifying and acknowledging receipt of any amendments to this solicitation, as well as any exceptions.

**Offerors shall submit quotes on company letterhead, electronically via email to the individual listed at the bottom of this solicitation.

The provision at 52.212-2, Evaluation -Commercial Items applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. Evaluation factors are listed below.

Evaluation-Commercial Items

Basis of Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous in terms of Lowest Price Technically Acceptable (LPTA) to the Government with price and other factors considered. The following factors shall be used to evaluate offers:

Price

Past Performance

Technical Acceptability

Price: Price proposal should include a total amount, as well as a breakout of the pricing per media option being offered, in terms of type (static/digital) and location. Prices will be evaluated utilizing one or more of the methods in FAR 13.106-2. For an offeror to receive the award, prices must be determined to be fair and reasonable.

Past Performance: Offerors shall provide a minimum of three (3) references of recent (within 3 years) and relevant work (similar in scope). At a minimum, references shall include:

  1. Name of the organization
  2. Point of contact information
  3. Description of services provided and award amount

Offers will be based on one or more of the following:

(A) The contracting officer's knowledge of and previous experience with the supply or service being acquired;

(B) Customer surveys and past performance questionnaire replies;

(C) The Government-wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or

(D) Any other reasonable basis.

Technical Acceptability: The Government will evaluate the technical capabilities in accordance with the attached Performance Work Statement. All interested parties are required to submit details of your firm's ability to carry out the services requested in the PWS. It should also include any subcontractors projected to be utilized with your offer. Note: A separate quality control plan is not required to be provided, however, offerors must address your company's means of quality control with your technical capabilities.

***Technical acceptability and past performance, when combined, are approximately equal compared to cost or price.

The government intends to award a firm fixed price contract. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Contract award may be made without discussions.

Contractors must possess an active and current SAM Registration to be considered eligible for contract award.

Quotation responses to this solicitation are to be submitted and received electronically via email by Wednesday, September 15, 2021, 11:00 A.M. Central Standard Time (CST). Any questions or requests for information shall be submitted in writing to the individual listed below no later than Friday, September 10, 2021 3:00 P.M. Central Standard Time (CST).

Responses and questions are to be submitted electronically to Amber Young via email at amber.young.2@us.af.mil.

Please ensure the solicatation number "W50S7H-21-R-0008" is included in the subject line of all emails.

THE FOLLOWING FAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION:

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

52.204-17 Ownership or Control of Offeror 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 JUN 2016

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. JUL 2018

52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020

52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.212-1 Instructions to Offerors--Commercial Items JUL 2021

52.212-3 Offeror Representations and Certifications Commercial Items FEB 2021

52.212-3 Alt I Offeror Representations and Certifications Commercial Items (FEB 2021) Alternate I OCT 2014

52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018

52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2018-O0021) JUL 2021

52.219-6 (Dev) Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008). OCT 2020

52.219-28 Post-Award Small Business Program Rerepresentation NOV 2020

52.222-21 Prohibition Of Segregated Facilities APR 2015

52.222-22 Previous Contracts And Compliance Reports FEB 1999

52.222-25 Affirmative Action Compliance APR 1984

52.222-26 Equal Opportunity SEP 2016

52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020

52.222-41 Service Contract Labor Standards AUG 2018

52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 2014

52.222-50 Combating Trafficking in Persons OCT 2020

52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020

52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020

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 DEC 2013

52.233-3 Protest After Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

THE FOLLOWING DFARS PROVISIONS AND CLAUSES MAY BE APPLICABLE TO THIS ACQUISITION:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

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 2021

252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017

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

252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013

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 APR 2021

252.244-7000 Subcontracts for Commercial Items JAN 2021

252.247-7023 Transportation of Supplies by Sea FEB 2019

Amendment 3 - Updated PWS and posting current responses to RFIs

Posted: Sept. 3, 2021, 2:12 p.m. EDT
Posted: Sept. 2, 2021, 11:31 a.m. EDT
Posted: Aug. 30, 2021, 6:54 p.m. EDT

Overview

Response Deadline
Sept. 15, 2021, 12:00 p.m. EDT Past Due
Posted
Aug. 30, 2021, 6:54 p.m. EDT (updated: Sept. 12, 2021, 10:50 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Flowood, MS 39232 United States
Source
SAM

Current SBA Size Standard
$34.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
60% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/30/21 Department of the Army issued Synopsis Solicitation W50S7H-21-R-0008 for Outdoor Billboard Advertising due 9/15/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541850 (SBA Size Standard $34.5 Million) and PSC R701.
Primary Contact
Name
Amber N. Young   Profile
Phone
(601) 405-8494
Fax
(601) 405-8214

Documents

Posted documents for Synopsis Solicitation W50S7H-21-R-0008

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation W50S7H-21-R-0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W50S7H-21-R-0008

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W50S7H-21-R-0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NH USPFO ACTIVITY MSANG 172
FPDS Organization Code
2100-W50S7H
Source Organization Code
500044223
Last Updated
Sept. 30, 2021
Last Updated By
amber.young.2@us.af.mil
Archive Date
Sept. 30, 2021