Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2018 FBO #6095
SOLICITATION NOTICE

R -- New Jersey Transit Bus Advertising - Package #1

Notice Date
7/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, New Jersey, 08640
 
ZIP Code
08640
 
Solicitation Number
PANNGB-18-P-0000-074694
 
Point of Contact
Christopher A. Hower, Phone: 609-562-0265
 
E-Mail Address
christopher.a.hower.civ@mail.mil
(christopher.a.hower.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Full Text Provisions and Clauses Attachment 1 - Appendix A 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, PANNGB-18-P-0000-074694, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. The government intends to issue a single award but may issue multiple awards from this solicitation if it is determined to be in the best interest of the government. Request for Proposals (RFP) Mobile Advertising on New Jersey Transit Commuter Vehicles (Public Transportation). 1. Purpose: The purpose of this Request for Proposals (RFP) is to secure a qualified contractor to provide public transit advertising for the New Jersey Army National Guard (NJARNG) in select counties on New Jersey Commuter Vehicles. 2. Description of Requirement: a. Contractor will provide advertising on New Jersey public transportation buses in Bergen, Middlesex, Essex, Hudson, Union, and Passaic counties. b. Advertisement size will be no smaller than 30 inches High and 144 inches Wide. c. Contractor will be responsible for the installation and removal of advertisements. d. Contractor will include ALL production costs, including modifications to the artwork requested by the New Jersey Army National Guard, in its proposal. e. Prior to production and installation, contractor will provide high resolution artwork to NJARNG Marketing Section for Approval. Artwork will consist of images with no less than 150 DPI (Dots Per Inch) to overall dimensions at 100%. 3. Period of Performance: Base year plus one optional year. Period of performance for the initial year will be 52 weeks beginning no later than 26 September, 2018. The option year will be for an additional 52 weeks. 4. Proposal structure: All proposals must at a minimum include all of the following information and contractor shall use the Attachment 1 - Appendix A format in order to be deemed responsive: a. Proposals must have all pricing elements separated by county. This includes the proposed price to advertise in each county and the advertising production costs associated with advertising in each county. (For example: Bergen - Annual Ad Production cost = $400, Bergen - Annual Transit Advertising cost = 5 KING x $1000 each = $5000) b. Proposals must include by county the combined total number of operational or actual "on the road" service hours for all vehicles that the NJARNG advertisements will be visible and mobile between the hours of 5am to 10pm EST for a period of one week or 7 consecutive days. (For example: Bergen - Bus 1: 4 days x 3 hours per day = 12 hours, Bus 2: 5 days x hours per day = 10 hours, Bus 3: 4 days x 4 hours per day = 16 hours, 12 + 10 + 16 = Total visible/ mobile hours per week = 38 hours) c. Proposals must include Base Year and Option Year 1 pricing. d. Must include Contractor Manpower Reporting Application (CMRA) fee, if any. e. Past performance information showing contractor capabilities (Not to exceed 5 years). f. Contractor will provide validation of its authority to advertise on the selected commuter vehicles and counties. 5. Evaluation factors: Proposals will be evaluated on the following criteria: a. Advertisement visibility hours per county. b. Price. c. Past performance. Evaluation factor a. is approximately of equal importance to price. Evaluation factor c. is significantly less important than price. 6. Deliverable: Contractor will be responsible for providing a monthly report during the contract period. The report a must contain the following information: a.) Actual visible/ mobile hours for the 4 week period and b.) Actual ridership for the 4 week period. This report will be due on the last Friday of every month. 7. Contract may be awarded in whole to a single vendor or partially awarded to no more than two vendors. Decision for award will be determined by the Government as to the contractor or contractors that provides the best value in each county by way of advertisement mobile visibility hours and price. 8. All requests for information (RFI's) must be received by 0900 EST on 7 August, 2018. No RFI will be accepted beyond that date. RFI's must be sent by email to Christopher.a.hower.civ@mail.mil. 9. Proposals will be due by 0900 EST on 16 August, 2018. All proposals shall be submitted by email to Christopher.a.hower.civ@mail.mil. The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.217-8, Option to Extend Services 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 DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities Certifications - Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/PANNGB-18-P-0000-074694/listing.html)
 
Place of Performance
Address: Bergen, Middlesex, Essex, Hudson, Union, and Passaic, New Jersey, United States
 
Record
SN05012269-W 20180801/180730230658-09ba7ed6a103fc748029e2399922aa4a (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.