Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
DOCUMENT

R -- Suicide Prevention Campaign Media - Attachment

Notice Date
8/30/2018
 
Notice Type
Attachment
 
NAICS
541890 — Other Services Related to Advertising
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q9877
 
Response Due
9/12/2018
 
Archive Date
11/11/2018
 
Point of Contact
Gabrielle Hawkins
 
Small Business Set-Aside
N/A
 
Description
This 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; proposals are being requested and a written solicitation will not be issued. This solicitation 36C25918Q9877 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24, 2018. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 541890, with a small business size standard of $15.0 million. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line item numbers, quantities and units of measure including options. CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 Be There Media Campaign 1 EA $_________ $_________ TOTAL COST: $________________ STATEMENT OF WORK The purpose of this contract is to emphasize Department of Veterans Affairs (VA) National Suicide Prevention Campaign Be There to spread the message that suicide is preventable so service members, Veterans, and their families (SMVF) at risk of suicide or suicidal ideation can access support and referral to VA resources prior to crisis, in a de-stigmatized setting. GENERAL REQUIREMENTS The Montana VA Health Care System has a requirement for an advertising agency to coordinate an advertising and marketing campaign using Veterans Health Administration (VHA) #BeThere materials (https://www.veteranscrisisline.net/support/shareable-materials). Suicide is an urgent public health problem that causes extraordinary pain among individuals, families, and communities across the country. This marketing campaign will support educating SMVF and other key members of a Veteran s social and support networks. These individuals will be the target audience. This campaign will take place from September 2018 through December of 2018. Key marketing results will cover Lewis and Clark and Yellowstone Montana Counties media and outreach campaign utilizing the #BeThere National VA/DOD campaign. SERVICES Contractor shall provide: 1. Radio Campaign: a. Radio Commercials: To include blanketed Helena and Billings, coverage on top radio stations for the campaign period no less than 5 spots a day and no more than 13 spots a day. b. Five Guest spots on local radio. 2. Television Commercials: a. 30 second spots using VHA #BeThere branded content found here: https://www.veteranscrisisline.net/support/shareable-materials b. Providing no less than 2 spots a day and no more than 5 spots a day during key viewing times. 3. Print Ads: a. Two Five monthly print ads and branded content ads in newspaper and on websites that reach our target audience. b. All content will incorporate Choose VA Logo. c. Two Five monthly print adds 4. Billboards: a. VHA #BeThere branded content in locations strategically situated to intercept our Veteran target audiences with in the counties delineated. 5. Review: a. Contractor will agree to a review of services provided and provide a report. The review process will be based on but not limited to delivery of agreed services for radio, television, print ads, and billboards. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017), applies to this acquisition with the following addenda: FAR 52.209-7 (JUL 2013) Information Regarding Responsibility Matters, FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a FIRM-FIXED PRICE contract resulting from this solicitation. and VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). 52.233-2 Service of Protest (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Pamela Barnes, Contracting Officer, Network Contracting Office 19 (NCO 19), Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Colorado 80111 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) Pamela Barnes, Contracting Officer, Network Contracting Office 19 (NCO 19), Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.237-1 SITE VISIT (APR 1984) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2017) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017), applies to this acquisition, with the following addenda: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6  months. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.   The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.   The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.   This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) 52.232-19   Availability Of Funds For The Next Fiscal Year   (Apr 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2   Protection Of Government Buildings, Equipment, And Vegetation   (APR 1984); FAR 52.237-3 Continuity of Services (JAN 1991); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION); VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012); VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of COLORADO. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2018) applies to this acquisition including the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2016); FAR 52.204-14 Service Contract Reporting Requirements (OCT 2016); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013); 52.219-8 FAR Utilization of Small Business Concerns (NOV 2016); FAR 52.219-14 Limitations on Subcontracting (JAN 2017); FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013);   FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26 Equal Opportunity (SEPT 2016); FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015); FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014); FAR 52.222-37 Employment Reports on Veterans (FEB 2016); FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (JUL 2013); FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); FAR 52.222-55 Minimum Wages Under Executive Order (DEC 2015); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations 2015-5399 Revision Number 6, dated August 01, 2018 apply to this acquisition. Quotes shall include the solicitation number (36C25918Q9877), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:                    http://www.acquisition.gov/far/index.html                     http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Gabrielle Hawkins, Contracting Specialist at Gabrielle.Hawkins@va.gov and NCO19Services1@va.gov no later than 7:00 P.M. Mountain Time on Tuesday, September 11, 2018. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 10:00 a.m. MT, Monday, September 3, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9877/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9877 36C25918Q9877.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572060&FileName=36C25918Q9877-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572060&FileName=36C25918Q9877-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Fort Harrison Veterans Affairs Medical Center;3687 Veterans Drive;Fort Harrison, MT
Zip Code: 59636
 
Record
SN05064008-W 20180901/180830231257-2a327758e428bbdb81ea7eaaea807eb1 (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.