The RFP Database
New business relationships start here

Marketplace Targeting/Content Development/Optimization Tools Intent to Sole-Source Provided with RFQ


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

Pre-Solicitation Notice
(Intent to Sole-Source)


The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Cincinnati, Ohio 45220-2637 intends to solicit a RFQ for a sole-source procurement to provide Veteran outreach, market place targeting and content development, (See Below), using a Firm-Fixed Price Sole-Source contract as the procurement method.


The VA anticipates issuing a Firm-Fixed Price Contract (Sole Source) to ENQUIRER MEDIA on or about 09/28/2018 for the services needed to reach the local veteran population.

Place of Performance:

Cincinnati VA Medical Center
3200 Vine Street
Cincinnati, Ohio 45220-2637

In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database, if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses), under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM.

NAICS Code is 541810 with a Small Business Size Standard of $38.5 Million. The solicitation will be issued to a single business with a sole-source justification. One award is expected to be made.

The VA will only consider one proposal and the contractor must be registered as mentioned above and not on the Excluded Parties List.

Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Luke Turner at the following e-mail address: luke.turner@va.gov and ensure that the subject line includes: solicitation no. 36C25018Q9999 and the company name and DUNES #.


Department of Veterans Affairs
Network Contracting Office (NCO) 10
260 E. University Avenue
Cincinnati, Ohio 45219-2637
Station Code: 36C250



COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25018Q999
Posted Date:
09/19/2018
Original Response Date:
09/24/2018 at 12:00 P.M. EST.
Current Response Date:
09/24/2018 at 12:00 P.M. EST.
Product or Service Code:
R701
Set Aside:
N/A
NAICS Code:
541810
Contracting Office Address
Network Contracting Office (NCO) 10
260 East University Avenue
Cincinnati, Ohio 45219-2637
Station Code: 36C250
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541810, with a small business size standard of $38.5 Million.








All interested companies shall provide quotation(s) for the following:

Supplies

Line Item
Description
Quantity
Unit Price
Total Price
0001
Stories Spots & home page placement
POP: 9/28/18-3/27/19
36


0002
Targeted Banner Ads
POP: 9/28/18-3/27/19
3,000,000


0003
Targeted Content Links
POP: 9/28/18-3/27/19
1,200,000


1001
Stories Spots & home page placement
POP: 3/28/19-9/27/19
36


1002
Targeted Banner Ads
POP: 3/28/19-9/27/19
3,000,000


1003
Targeted Content Links
POP: 3/28/19-9/27/19
1,200,000


Total Price


Services
STATEMENT OF WORK (SOW)


Contract Title:

Veteran outreach, market place targeting and content development.

Background:

The Cincinnati VA Medical Center (VAMC) is looking to put a contract in place with a contractor that has the capability to reach and display content to the geographical area that the Cincinnati VAMC provide services to. The goal of which is to provide positive outlook on the VA and to advise veterans on the services they are entitled to.

Scope:

Provide online spots for story placement, market targeting capabilities and ad placement within the service area of the Cincinnati VAMC.

Specific Tasks (ST):

ST #1: Allow spots for posting online content (veteran stories) that is accessible by the general public within the service area.

ST #2: provide the capability to target specific audience that are interested in information about the VA and veteran concerns.

ST #3: Provide targeted ad placement those individuals in the targeted locations, as determined by ST #2.

Performance Monitoring:

The public affairs will monitor the contract performance and effectiveness through the addition of veteran signing up for services at the Cincinnati VAMC.

Other Pertinent Information or Special Considerations:

All content and service provided must be localized to the Cincinnati VAMC target market for information and services.

Risk Control:

The Office of Public Affairs at the Cincinnati VA Medical Center will ensure information shared and the subject matter experts providing viewpoints is accurate and not falsely represented. Additionally, no personal views about any aspects of the federal government will be a topic of discussion.

Place of Performance:

Cincinnati VA Medical Center
3200 Vine Street
Cincinnati, Ohio 45220-2637

Period of Performance:

BASE: 9/28/18-3/27/19
Option #1: 3/28/19-9/27/19


Award shall be made to the quoter, whose quotation is evaluated as the Lowest Price Quoted.

The government will evaluate information based on the following evaluation criteria:
Technical capability to provide services in the target market.
Price


The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or at http://farsite.hill.af.mil/vmfara.htm.

The following solicitation provisions apply to this acquisition:
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017)
Option To Extend the Term of the Contract (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months.

52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).
52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).
52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C.
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).



All quoters shall submit the following:
Priced Quote
Company contact, name and DUNS number.
Technical approach to providing services/.

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a single Purchase Order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s) below:





Submission shall be received not later than 12/20/2017 at 12:00 P.M. EST. at the following location:

Network Contracting Office (NCO) 10
260 East University Avenue
Cincinnati, Ohio 45219-2637
513-559-3712
Station Code: 36C250

All quotes shall be submitted, via email, to luke.turner@va.gov. No hard copies will be accepted.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Point of Contact below). No phone calls will be accepted for questions regarding this solicitation.

Point of Contact
Luke A. Turner
Contracting Officer
Network Contracting Office (NCO) 10
260 East University Avenue
Cincinnati, Ohio 45219-2637
Station Code: 36C250
513-559-3712
Luke.turner@va.gov

Luke A. Turner
513-559-3712
luke.turner@va.gov

luke.turner@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP