Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
MODIFICATION

R -- Marine Corps Band Access to National List of Music Educators

Notice Date
7/22/2020 2:59:22 PM
 
Notice Type
Solicitation
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
 
ZIP Code
22134-5028
 
Solicitation Number
M00264-20-Q-0159
 
Response Due
7/24/2020 7:00:00 AM
 
Archive Date
08/08/2020
 
Point of Contact
Monica L. Curley, Phone: 7034321668
 
E-Mail Address
monica.curley@usmc.mil
(monica.curley@usmc.mil)
 
Description
VIEWERS ARE REQUIRED TO OPEN UP THE ATTACHMENT ""SOLICITATION M00264-20-Q-0159"" TO SEE IN ITS ENTIRETY. THIS IS JUST A BRIEF SYNOPSIS OF IT: GENERAL INTENTION. Marine Corps Installations � National Capital Region (MCI-NCR) has a requirement for the procurement of access to the National List of Music Educators and marketing mail list renewal. School band directors and instrumental teachers are a main target audience for promoting tour concert sponsorship, tour concert dates, concerto competition applicants, recruiting, educational recordings, and Music in the Schools program. One direct e-mail or mail piece can yield thousands of requests for each of these programs. The purpose of this program is to enhance the band�s recruiting potential by increasing awareness of the band�s history and mission, and to enhance the public affairs and community relations programs of the Marine Corps. This requirement is in accordance with FAR Part 12 and FAR 13 �Simplified Acquisition Procedures�.� Required specifications are listed in Schedule of Supplies/Services within this solicitation. Customer Location: Little Hall Room, 2034 Barnett Avenue, Marine Corps Base, Quantico, VA. PROCUREMENT APPROACH:� The Contractor�s quoted item descriptions shall reflect the characteristics and level of quality that will satisfy the Government�s need as described in the Schedule of Supplies/Services. A single firm-fixed price contract will be issued and it is the Government�s intent to award on an �all-or-none� basis to satisfy this requirement. PAYMENT TERMS: NET 30. Invoices must be submitted via the Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006 which is included in this solicitation. REQUIRED DELIVERY/PERIOD OF PERFORMANCE: The Government requires a twelve (12) month base period of performance, beginning on or around 28 July 2020, and four twelve-month option periods, to be exercised at the Government�s discretion (see FAR 52.217-9, Option to Extend the Term of the Contract). The Government intends to make a single award Firm Fixed Price (FFP) award with FFP CLINs for one, (1) twelve-month base period, plus four (4), twelve (12) month option periods, to be exercised at the discretion of the Government (see FAR 52.217-9, Option to Extend the Term of the Contract).� The Government makes no guarantee that the option periods will be exercised. It will be the Government�s unilateral right to exercise any option periods providing that the Notice of Intent is provided to the contractor within the time specified in FAR 52.217-9 of the contract and, once option periods are exercised; the Contractor is required to perform the work when ordered during the scheduled period of performance of the award. Note: Vendor will not be paid in advance for the four (4) twelve-month Option Periods. Due to fiscal law, the Government is prohibited from paying in advance and obligating for more than 12 months. As a result, the twelve-month Option periods are not guaranteed and the Government may choose not to exercise the Options for any reason. Additionally, the established prices at award cannot be changed post-award. The successful quoter will not be able to request an increase to price after award has been made. QUOTE CONTENT REQUIREMENTS: �For technical compliance, quote documents MUST include the following in the quote document. By providing this information in email body or elsewhere NOT within the quote document (PDF, word or excel document) may result in quote not having sufficient informationt o deem technically acceptable. For example, if delivery timeframe is not identified in the quote document and instead listed in an email body, the technical evaluators have no way to see the email body or comments of the RFQ posting. As such, all technical compliance information listed below MUST be within the four corners of the quote document (PDF, word, or excel document). The following is required: a. The quoter must clearly demonstrate that they can meet the solicitation requirements. A mere statement that the quoter will meet the Government�s requirement is NOT sufficient. b. Clearly state whether the quoter can meet the required Delivery Date / Performance Period timeframe. Vendors who cannot meet the Delivery Date / Performance Period timeframe will not be considered technically acceptable. c. Quoters must complete FAR 52.204-24 and return with quotes. FAR 52.204-24 is included in this solicitation. Failure to make a selection on 52.204-24 and return with quotes may result in quote being ineligible for award. Quoters are encouraged to copy & paste 52.204-24 into a separate word document, and complete, instead of returning the entire solicitation back to the Contracting Specialist. d. Quoter must submit documentation for other than certified pricing data to assist the Government in a price analysis to support prices of being fair and reasonable. SUBMISSION OF QUOTES. Quotes shall be submitted no later than the time and date specified on Block 8 of page 1 of the SF1449 solicitation. Delivery delays that cause a quote to be late are not the responsibility of the Government agency. �CONFIDENTIAL INFORMATION: The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests from outside the Government for copies of contract qualifications and quotes/proposals submitted to federal agencies.� If a Quoter�s submissions contain information that he/she believes should be withheld from such requestors under FOIA on the grounds that they contain �trade secrets and commercial or financial information� (5 USC 552(b)(4)), the Quoter should mark its submissions in the following manner: The following notice should be placed on the title page: �Some parts of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act.� Material considered privileged or confidential on such grounds is contained on page(s) _______.� (End of provision) 52.212-2 ADDENDUM: EVALUATION � COMMERCIAL ITEMS EVALUATION. Award will be made based on technical and price. The Government intends to make a single Firm Fixed Price order to satisfy this requirement. The Government reserves the right to award no contract at all, depending on the quality of offers submitted. The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Award will be based on the initial evaluation of quotes received in response to the solicitation.� Therefore, quoters are cautioned that their initial quotes should contain their best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. The following ratings/definitions will be utilized: RATING DEFINITION Acceptable Quote meets the requirements of the solicitation. Unacceptable Quote does not meet the requirements of the solicitation. The Government may use information such as Contractor Performance Assessment Reporting System (CPARS), DoD PPIRS and the FAPIIS data available from Government sources to evaluate a Quoter's past performance. PRICING. The price quote should avoid ambiguities of inclusion, exclusion, or content. Quoters shall provide pricing for a period of twelve months, with provisions for four (4) twelve-month option periods.� The Government intends to make a single award Firm Fixed Price (FFP) task order with FFP CLINs for one, (1) twelve-month base period, plus four (4), twelve (12) month option periods, to be exercised at the discretion of the Government (see FAR 52.217-9, Option to Extend the Term of the Contract).� The prices for all option items will be evaluated in accordance with FAR 52.217-5, Evaluation of Options. The Government makes no guarantee that the option periods will be exercised. It will be the Government�s unilateral right to exercise any option periods providing that the Notice of Intent is provided to the contractor within the time specified in FAR 52.217-9 of the contract and, once option periods are exercised; the Contractor is required to perform the work when ordered during the scheduled period of performance of the task order. The Government will evaluate Quoter�s quoted prices, but this factor will not be given an adjectival rating.� Quotes will be evaluated on completeness, accuracy, and reasonableness.� Evaluation of the quoted prices for the services will be based on a comparison of quoted prices received in response to the solicitation and may also be based on a comparison to the Independent Government Cost Estimate (IGCE) along with any other relevant price analysis techniques. Reasonableness.� For the price to be reasonable in its nature and amount, it should not exceed that which would be incurred by a prudent person in the conduct of a competitive business.� Reasonableness takes into account the context of a given source selection, including current market conditions, general economic conditions, and other factors that affect the ability of a Quoter to perform the contract requirements. Normally, adequate price competition establishes a fair and reasonable price. Completeness and Accuracy. The Government will review the pricing tables for completeness and accuracy. A determination will be made as to whether the Quoter properly completed the pricing tables. The Quoter�s quote will be checked for mathematical correctness to include the following: 1) Checking arithmetic in all computations; and 2) Ensuring all prices are summarized correctly (End of Provision) STATEMENT OF WORK US Marine Band Office of Communication Data License Access to National List of Music Educators List and Marketing Direct Mail Services 1. BACKGROUND The Marine Band Office of Communication is charged with disseminating information about the U.S. Marine Band, its performances, and its activities. School band directors and instrumental teachers are a main target audience for promoting tour concert sponsorship, tour concert dates, concerto competition applicants, recruiting, educational recordings, and Music in the Schools program. One direct e-mail or mail piece can yield thousands of requests for each of these programs. The purpose of this program is to enhance the band�s recruiting potential by increasing awareness of the band�s history and mission, and to enhance the public affairs and community relations programs of the Marine Corps. 2. TASKS The requirement includes providing the US Marine Band annual unlimited access to the National List of Music Educators in addition to marketing direct mail services. Marketing Direct Mail Services: Annual data license, include the following: Unlimited annual access to school music programs list, specifically, the National List of Music Educators from nationwide registered high school, middle school and elementary schools. Includes direct mail, email deployable by USMB, phone, criteria selection data, and inclusion in USMB internal system. This will yield access to approximately 46,761 contacts. E-mail campaign that will yield access to approximately 28,612 contacts. Quarterly data processing.� Music Educator Contact Information Quarterly update. (This contact list is used to have the widest reach for Music Education Resources and Material.) The contractor must specialize in school performing arts data and compile and maintain data on music, theatre, and dance programs and teachers at USA K-12 schools and colleges/universities. The contractor must know which schools in the USA have marching band programs, jazz bands programs, choir, string orchestra, as well as identify who the directors are. This requirement is NOT for access to or compiling data/information for school principals, science teachers, general teachers, custodians, etc. This requirement is for data as well as the contractor�s expertise and consulting on targeting this audience. The contractor will also work with the US Marine Band to limit the audience list of who the US Marine Band will send direct mail communication in order to stay within certain budget constraints for the US Marine Band to print and mail a limited amount of pieces. 3. REQUIRED DELIVERY/PERIOD OF PERFORMANCE: The Government requires a twelve month base period, with provisions for four (4) twelve-month option periods, in accordance with FAR 52.217-9, Option to Extend the Term of the Contract. BASE PERIOD 28 July 2020 � 27 July 2021 CLIN 0001 OPTION PERIOD ONE 28 July 2021 � 27 July 2022 CLIN 1001 OPTION PERIOD TWO 28 July 2022 � 27 July 2023 CLIN 2001 OPTION PERIOD THREE 28 July 2023 � 27 July 2024 CLIN 3001 OPTION PERIOD FOUR 28 July 2024 � 27 July 2025 CLIN 4001 The Government makes no guarantee that the option periods will be exercised. It will be the Government�s unilateral right to exercise any option periods providing that the Notice of Intent is provided to the contractor within the time specified in FAR 52.217-9 of the contract and, once option periods are exercised; the Contractor is required to perform the work when ordered during the scheduled period of performance of the task order. Note: Vendor will not be paid in advance for the four (4+) twelve-month Option Periods. Due to fiscal law, the Government is prohibited from paying in advance and obligating for more than 12 months. As a result, the twelve-month Option periods are not guaranteed and the Government may choose not to exercise the Options for any reason. Additionally, the established prices at award cannot be changed post-award. The award shall be a firm-fixed priced contract. � 4. ADMINISTRATIVE CONSIDERATIONS To promote timely and effective administration, correspondence shall be subject to the following procedures: All correspondence, (that which proposes or otherwise involves waivers, deviations or modifications to the requirements, terms or conditions of this SOW) shall be addressed to the Contract Specialist and Contracting Officer with an information copy to the Technical Representative. � 5. POINTS OF CONTACT � TO BE PROVIDED AT TIME OF AWARD � 6. ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) � Navy and Marine Corps Acquisition Regulation Supplement (NMCARS) 5237.102-90 The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the services via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://www.ecmra.mil. 7. WAGE DETERMINATION: Wage Determination No.: 2015-4282, Revision No. 17, Dated 04/23/2020 is hereby incorporated. The full wage determination can be found at https://beta.sam.gov/wage-determination. � SCHEDULE OF SERVICES/SUPPLIES: � CLIN & DESCRIPTION UNIT OF ISSUE UNIT PRICE PER MONTH EXTENDED PRICE CLIN 0001 - BASE PERIOD Unlimited access to the National List of Music Educators and monthly directly mailing services as outlined in the Statement of Work 28 July 2020 � 27 July 2021 12 MONTHS CLIN 1001 - OPTION PERIOD ONE Unlimited access to the National List of Music Educators and monthly directly mailing services as outlined in the Statement of Work 28 July 2021 � 27 July 2022 12 MONTHS CLIN 2001 - OPTION PERIOD TWO Unlimited access to the National List of Music Educators and monthly directly mailing services as outlined in the Statement of Work 28 July 2022 � 27 July 2023 12 MONTHS OPTION PERIOD THREE Unlimited access to the National List of Music Educators and monthly directly mailing services as outlined in the Statement of Work 28 July 2023 � 27 July 2024 12 MONTHS OPTION PERIOD FOUR Unlimited access to the National List of Music Educators and monthly directly mailing services as outlined in the Statement of Work 28 July 2024 � 27 July 2025 12 MONTHS
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38ce6b8e6a7e42a590800ed199ab752c/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN05728931-F 20200724/200722230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.