Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2015 FBO #4877
SOLICITATION NOTICE

R -- Billboard Rental, St Croix Falls, WI Area - Attachment

Notice Date
3/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541850 — Outdoor Advertising
 
Contracting Office
NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
 
ZIP Code
00000
 
Solicitation Number
P15PS00811
 
Response Due
4/15/2015
 
Archive Date
4/30/2015
 
Point of Contact
Patrice Pittman
 
Small Business Set-Aside
Total Small Business
 
Description
P15PS00811 RENTAL OF BILLBOARDS, St. Croix National Scenic Riverway - This is a combined synopsis/solicitation for commercial items in accordance with FAR 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (issued as a Request for Quotation); quotations are being requested and a written solicitation will not be issued. To receive an award as a result of this solicitation, vendor must be registered in the System for Award Management (SAM.gov) and possess and maintain a valid Dun & Bradstreet number. Offerors must comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing. Responses through the FedConnect system are the preferred method. Email responses (in lieu of FedConnect responses) to patrice_pittman@nps.gov (with the subject clearly annotated with the solicitation number P15PS00811) will also be accepted. Offers by transmitted facsimile (fax) will not be accepted. The National Park Service is seeking to rent a billboard in the Namekagon District of the St. Croix National Scenic Riverway. The vendor is to provide signage in the following locations: 1) northbound Highway 53 between Rice Lake and Trego, WI and 2) Westbound Hwy 70 between Siren and Spooner, WI. The terms and usage are as follows: Two billboards for June, July and August 2015 The contractor shall provide for the production, installation and rental of media space for 2 billboards, as specified below: 1.Production / design / print / arrange / install: a large format, color billboard, content of which will be provided by National Park Service Staff. The vendor will be responsible for printing and installation. 2.Billboard size: the billboards must be large format (e.g. 14 ¿ x 48 ¿, 10 ¿6 ¿ x 36 ¿, 10 ¿ x 40 ¿, 10 ¿ x 30 ¿, 12 ¿ x 24 ¿, 12 ¿ x 40 ¿) 3.Locations in the Namekagon District of the St. Croix National Scenic Riverway: a.One billboard is to be located along Northbound Hwy 53 between Rice Lake and Trego, WI. The billboard must be positioned to target drivers travelling on Hwy 53. b.One billboard is to be located along Westbound Hwy 70 between Siren and Spooner, WI. The billboard must be position to target drivers travelling on Hwy 70. 4.Visibility: the billboards shall be illuminated at night and clearly visible to oncoming traffic, without obstructions. 5.Maintenance. The billboard(s) shall be maintained in good condition and shall be repaired or replaced within 10 working days if damaged (repair / replacement date negotiable depending on local circumstances). All responsible sources may submit an offer, which will be considered by the Government. A firm-fixed price award will be made to the responsive, responsible quote providing the lowest delivered price technically acceptable. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-80, March 2, 2015. This acquisition is a 100% small business set-aside, using NAICS 541850, size standard = $15M. RESPONSES ARE DUE NO LATER THAN WEDNESDAY, APRIL 15, 2015 AT 3 P.M. EST. All inquiries shall be directed to the Contracting Specialist: Patrice Pittman National Park Service Midwest Regional Office Phone: 402-661-1664 Email: patrice_pittman@nps.gov Applicable Clauses 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012) 52.212-2 Evaluation - Commercial Items. (JAN 1999) (a) Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR 15.101. In determining best value, the following factors will be considered: (1) technical and (2) price. The factors are listed in descending order of importance. When combined, the technical evaluation factor is significantly more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FEDERAL ACQUISITION REGULATION (FAR) CLAUSES AND PROVISIONS: Full text of the following clauses is available at www.farsite.af.mil. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement: 52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012) 52.212-4 Contract Terms and Conditions - Commercial Items. (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JAN 2013) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate III (NOV 2012) of 52.225-3. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.247-34 F.o.b. Destination. (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) The full text of a solicitation provision may be accessed electronically at this/these address(es): HTTP://FARSITE.HILL.AF.MIL/ 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00811/listing.html)
 
Record
SN03684670-W 20150402/150331235536-9b941aa129ba18001d4b95f23583dc03 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.