The RFP Database
New business relationships start here

BILLBOARDS FOR DON'T DUMP EDUCATION


Idaho, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

IGF::OT::IGF BILLBOARDS FOR Don't Dump Education

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. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number L17PS00440. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-95. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 541850 Outdoor Advertising. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $15.0 million.

Multiple awards may be issued if it is advantageous to the Government.

Bid Schedule

The line item numbers are:

Location 1, Riggins Area, Monthly Rental Rate $__________, Total for 6 months, $_________
Identify any other fees that apply $_______

Location 2, Jerome Area, Monthly Rental Rate $__________, Total for 6 months, $_________
Identify any other fees that apply $_______

Location 3, Boise Area, Monthly Rental Rate $__________, Total for 6 months, $_________
Identify any other fees that apply $_______

Location 4, Boise Area, Monthly Rental Rate $__________, Total for 6 months, $_________
Identify any other fees that apply $_______

Estimated Period of Performance: 05/15/17 for 6 months

Statement of Work and Billboard Specifications


Idaho BLM External Affairs seeks to rent four billboards as part of our 2017 Don't Dump Idaho campaign. Each billboard would carry an anti-trash dumping message. We want to rent the billboards from May for six months.

The artwork/design for the billboard content is ready. Upon approval of a contract, BLM would provide digital files to the successful bidder for sign production.

The following are descriptions of the highway billboards and proposed installation locations.


Billboards Description:

- The billboard signage for highway viewing needs to adhere to dimensions recommended in the Outdoor Advertising Association of America and the USFS Unicor Sign Guide.
- The size for the highway billboards should be between the following dimensions: minimum 10' maximum 14' x 30' minimum
48' maximum. Billboards shall be illuminated (so that the drivers will see the sign during the night).
- The actual Don't Dump Idaho graphic has been produced by the BLM, and will be provided to the selected sign company/companies upon execution of a contract. The awarded vendor will manufacture (printed vinyl) the final product and place on the assigned highway billboards.

Location Description:

- External Affairs is asking that the four billboards be placed in specific locations in the Idaho Falls, Twin Falls and Boise District areas on or near major highways.
Location 1 - Rigby area on Hwy 20 northbound. Sign faces south or SW and is viewable by northbound traffic.
    Location 2 - Jerome area, on I-84. Sign faces the east and is viewable by westbound traffic.
    Locations 3 and 4 - Boise/Nampa/Caldwell area. Ideally, one location would be on the east side of Boise near the airport/Gowen Road/Micron Technology areas. This sign should face west and be viewable by eastbound motorists. The second location would be in the Nampa/Caldwell area off of I-84 facing either direction.

Award(s) will be made before 5/12/17, Billboards that you submit quotes on shall be held for this solicitation until that date.


F.O.B. Point: Destination

Usage Tax: Quotes must include all Federal, State usage, and local taxes.

The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on technical, past performance, and price listed in descending order of importance. - PAST PERFORMANCE: Offeror shall provide: Company/organization names, name of contact person and telephone number for at last three (3) contracts (non-military) performed within the last year of a similar product/magnitude. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. Past performance can be based on the Contracting OfficerB?s knowledge, contacting provided references, and other reasonable sources.
- TECHNICAL--Offeror shall provide documentation of the proposed billboard site with all pertinent information including location, placement, and sign specification. Pictures shall be provided.

Past performance when combined with Technical is more important than price.

FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-6; FAR 52.222-3; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-36; FAR 52.225-1; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-7 System for Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.211-5 Material Requirements; FAR 52.211-6 Brand Name or Equal; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-3 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.236-2 Differing Site Conditions; FAR 52.242-15 Stop-Work Order. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer.

Beginning May 1, 2011, the Department of the Interior (DOI) will require the use of IPP for the electronic submittal of invoices and exchange of payment information to its suppliers of goods and services. The use of IPP for submittal of invoices is a mandatory requirement for all new contract awards dated on/after May 1, 2011.

Please visit the IPP website at https://www.ipp.gov/ for questions on the program, contact information, demonstrations, registration video and seminar schedules that you may attend. For IPP enrollment questions, please contact the IPP Helpdesk (866-973-3131) or email IPPgroup@bos.frb.org for assistance. For DOI-specific questions regarding the mandatory use of IPP, please email the DOI IPP Team at FBMS_IPP@FBMS.DOI.GOV.


Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the unit price, and the extended price. Offers are due to the BLM, Idaho State Office 1387 S Vinnell Way, Boise ID 83709 by 5:00 pm MT, 03/29/17. Fax quotes will be accepted at (208) 373-3915. All questions regarding this requirement shall be directed to the contracting officer by email to dbarker@blm.gov.

Barker, Diane

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP