Hawaii Air National Guard
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, W912J6-18-Q-0034, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 16 Jul 2018. This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 541890 and the small business size standard is $15,000,000.00. The following commercial items are requested in this solicitation:
Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:
CLIN 0001: On Air (Radio)/Digital (Geo-Fencing) Marketing Campaign- All artwork will be provided by the Hawaii Air National Guard. See attached statement of work for full details.
CLIN 0002: Contractor Manpower Reporting
It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on price.
The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7, System for Award Management
52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards
52.204-13, SAM Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-22, Alternative Line Item Proposal
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors - Commercial Items
52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I
52.212-4, Contract Terms and Conditions - Commercial Items
52.232-1 Payments
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes-Fixed Price
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System for Award Management
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7011, Alternative Line Item Structure
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.225-7048, Export-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.
The following provisions are incorporated by full text. The full text is found in Attachment #1.
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
The following clauses are incorporated by full text. The full text is found in Attachment #1.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - CommercialItems
FAR 52.252-2 Clauses Incorporated by Reference
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Quotes are due by 4:00 p.m. (EST) time on Friday, 14 September, 2018.
Electronic proposals must be submitted via e-mail to Clesson K. Paet at Clesson.k.paet.civ@mail.mil Facsimile proposals will not be accepted. Questions regarding this solicitation must be directed to Clesson K. Paet at Clesson.k.paet.civ@mail.mil no later than Tuesday, 11 September 2018.
Attachments:
#1 - Full Text Provisions and Clauses
#2- Performance Work Statement
#3 Q&A
Clesson K. Paet, Base Contracting Officer, Phone 8088446333, Email clesson.k.paet.civ@mail.mil - Manuel LLanes, Contracting Specialist, Phone 808-844-6335, Fax 808-844-6340, Email manuel.llanes.mil@mail.mil