The RFP Database
New business relationships start here

Media Distribution and Monitoring Services


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

 
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested based on the requirements outlined in this combined synopsis/solicitation. A written solicitation will not be issued.  The Government intends to acquire commercial services using FAR Part 12, the Simplified Acquisition Procedures set forth in FAR Part 13, and FAR Part 15.

This solicitation, SP4705-20-Q-0002 is issued as a Request for Quotation (RFQ), for a firm fixed price type purchase order to provide Media Distribution and Monitoring Services for the DLA Public Affairs Office (PAO) at Fort Belvoir, Virginia. This solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-91, effective September 30, 2016.  This requirement is unrestricted. The NAICS Code for this procurement is 541810 Advertising Agencies with a Size Standard of $16.5 million. The offeror shall state in their offer their size status for this procurement. The contractor must bid on all Contract Line Items identified within the attached document.


The Defense Logistics Agency (DLA) Contracting Office- Fort Belvoir, VA has a requirement to procure media distribution and monitoring services for the DLA PAO in accordance with the  Statement of Work (SOW) for a base year and two option years.  


Offerors must provide a complete proposal including: CAGE code, DUNS number, tax identification number (TIN), business size and System for Award Management (SAM) status

Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial, which is incorporated by reference.

FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.217-8, FAR 52.217-9, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-39, 52.222-50 and FAR 52.232-33.  FAR/DFARS clauses that apply: FAR 52.204-7, DFARS 252.232-7010, DFARS 252.212-7001 with check marks for DFARS 252.225-7036, DFARS 252.232-7003, DFARS 252.247-7023 and DFARS 252.225-7000, DFARS 252.225-7001.


The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration.  Under 52.212-2, the evaluation procedures to be used are best value overall responsive and responsible price for the services.  Best Value quote who meets the government requirement will receive award.  Please provide a completed copy of provision at 52.212-3.  See the provision at https://www.acquisition.gov.  ;


 


52.212-2     EVALUATION--COMMERCIAL ITEMS (JAN 1999)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  Upon request, the Contracting Officer will make their full text available.  Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil
(End of clause)


The Government will award a contract resulting from this synopsis/solicitation to the offeror whose offer is the best value that meets the Government's requirement, conforming to the synopsis/solicitation will be most advantageous to the Government.

 

The Government intends to award, without discussions with offerors, a contract resulting from this synopsis/solicitation to the responsible offer whose quote represents the Best Value to the government.  The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. 



The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52. 222-36, 52.222-50, 52.225-13, 52.232-33. with other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001.


ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA) REPORTING (NOV 2013)


The contractor shall ensure ALL contractor labor hours (including subcontractor labor hours) required for the performance of services provided under this contract are reported via a secure data collection site.  The contractor (and all subcontractors providing direct labor under this contract) shall report complete and accurate data for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 to September 30. The Contractor shall input the data into the appropriate eCMRA reporting tool, which can be accessed via a secure web site at http://www.ecmra.mil/. There are four separate eCMRA tools: Army, Air Force, Navy and All Other Defense Components. The appropriate eCMRA reporting tool to use is determined by the requiring activity being supported (e.g., if DISA awards a contract for an Air Force requiring activity, the contractor shall load the required reporting data in the "Department of Air Force CMRA" tool). While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor shall completely fill in all required data fields. The contractor shall enter initial data into the appropriate eCMRA tool to establish the basic contract record no later than 15 working days after receipt of contract award or contract modification incorporating this clause. The contractor shall notify the COR when the basic contract record has been established in the appropriate eCMRA tool.  eCMRA User Manuals and Frequently Asked Questions (FAQs) are available at http://www.ecmra.mil/


Contractors may direct technical questions to the eCMRA help desk at dodcmra@pentagon.af.mil ; (End of clause


DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. (DEC 2018)

To be awarded this contract, the offeror must be registered in SAM.  SAM information may be found at: http://www.sam.gov.

The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE THURSDAY, November 21, 2019 by 11:00 a.m. Eastern Daylight Time.  Offers received after this date and time will not be considered for award.  Submit quotation by email to wanda.willis@dla.mil. ; If you have any questions or concerns regarding this synopsis/solicitation contact Wanda Willis at wanda.willis@dla.mil.  No phone calls.

 


Wanda Willis, Contract Specialist, Phone 7037671191, Email wanda.willis@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP