SOLICITATION NOTICE
99 -- MALL BANNER ADVERTISING- QUAKER BRIDGE MALL
- Notice Date
- 8/2/2018
- 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-0000-074664
- Point of Contact
- John M. Moreland, Phone: 609-562-0251
- E-Mail Address
-
john.m.moreland.mil@mail.mil
(john.m.moreland.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. This procurement is Set-Aside 100% for Small Business. The NAICS code is 541810 Basis for award is Price. 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. The following commercial items are requested in this solicitation listed under "Line Items": CLIN 0001: MALL BANNER ADVERTISING- QUAKER BRIDGE MALL (1 SEP 18- 31 AUG 19) CLIN 0002: OPTION YEAR 1 (1 SEP 19- 31 AUG 20) CLIN 0003: OPTION YEAR 2 (1 SEP 20- 31 AUG 21) CLIN 0004: OPTION YEAR 3 (1 SEP 21- 31 AUG 22) LOCATION: 3320 Brunswick Pike, Lawrenceville, NJ 08648. PERIOD OF PERFORMANCE: 52 weeks beginning on September 1, 2018. SCOPE OF WORK: Vendor will provide banner advertising in the Quaker Bridge Mall in New Jersey. Vendor will provide a double-sided banner advertisement with a minimum size of 8 feet High and 14 feet Wide. Vendor will be responsible for the creation of the banner, installation and removal of advertisement. Vendor will include ALL production/advertising costs, including modifications to the artwork requested by the New Jersey Army National Guard, in its bid. Vendor will provide digital artwork proofs to be reviewed and approved by NJARNG. NJARNG must approve final artwork prior to production. VENDOR IS RESPONSIBLE FOR COORDINATION AND ALL COSTS ASSOCIATED WITH PROPERTY MANAGEMENT COMPANY/PARENT COMPANY OF THE MALL. MARKETING AND ADVERTISING REQUIREMENTS: Vendor will provide at least one banner that will hang in a prominent location within the facility. Location to be agreed upon by vendor and New Jersey Army National Guard. Artwork for banner advertisement will include images provided by the New Jersey Army National Guard. In addition, artwork will include recruiter contact information specific to the area and the New Jersey Army National Guard state specific URL, NJARMYGUARD.com New Jersey Army National Guard will have final approval of all art work prior to production. SAM Requirement: Registration required with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, 252.232-7006 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. DELIVERY: Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days- not to exceed 30- required to make delivery after it receives a purchase order from the buyer. The following provisions are incorporated into this solicitation by reference: FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors - Commercial 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 FAR 52.211-6, Brand Name or Equal FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment of Electronic Funds Transfer-System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Related to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 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 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7020, Trade Agreements Certificate DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7035, Buy American Act- Free Trade Agreements- Balance of Payments Program Certificate DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3 Alternate I, Offeror Representations and 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 DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Please submit quotes by email to MAJ John Moreland, john.m.moreland.mil@mail.mil. NO OTHER METHODS OF SUBMITTAL WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/PANNGB-18-P-0000-074664/listing.html)
- Place of Performance
- Address: 3320 Brunswick Pike, Lawrenceville, New Jersey, 08648, United States
- Zip Code: 08648
- Zip Code: 08648
- Record
- SN05017404-W 20180804/180802231116-1eb984b0ff1ad1ca39f93f8584338351 (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 |