The RFP Database
New business relationships start here

Marketing Plan


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

 

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; quotes are being requested and a written solicitation will not be issued.  This solicitation W912NS-17-Q-3017 is being issued as a Request for Quotation (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95.  This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a).  The NAICS code is 541810 and the small business size standard is $15,000,000.00.  The following commercial items are requested in this solicitation;


 


CLIN 0001 - Marketing Plan


                        To include design, scheduling, billboards, social media posts, advertising material and broadcast to include radio and television all IAW the Statement of Work.


 


Cost: __________________________________________


 


CLIN 0002 - Contractor Manpower Reporting

 

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/.


 


Cost: _____________________________________________


The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I 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 (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.22-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33,  FAR 52.222-41 Service Contract Labor standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 Minimum Wages Under Executive Order 13658, 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 52.252-2 Clauses Incorporated by Reference, FAR 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation).  


DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 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 (Dev), DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, DFARS 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) 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 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, 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 252.244-7000 Subcontracts for Commercial Items.


 

252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW

(DEVIATION 2012-00004) (JAN 2012)

 

(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

 

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

 

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

 

(b) The Offerer represents that-

 

(1) It is [    ] is not [    ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

 

(2) It is [    ] is not [    ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

 

(End of provision)


All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award.  Quotes are required to be received not later than 22 September 2017 11:00am Central.  Send quotes to TSgt Talia Guess email: talia.a.guess.mil@mail.mil and TSgt Adam Danner adam.d.danner.mil@mail.mil.


 


 


 


                                                                                    Talia Guess, TSgt


                                                                                    Contract Specialist


Talia A. Guess, Phone 8162363259, Email talia.a.guess.mil@mail.mil - Adam D. Danner, Phone 8162363256, Email adam.d.danner.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP