Search Contract Opportunities

Colorado Army National Guard Advanced Marketing Services   2

ID: W912LC-23-Q-0047 • Type: Synopsis Solicitation

Description

Posted: Aug. 26, 2023, 3:54 p.m. EDT

24 August 2023 - Amendment 01 Combined Synopsis Solicitation and revised PWS

24 August 2023 - Questions and Answers W912LC-23-Q-0047

Quote submission date has changed from 31 August to 11 September 2023. See attachements for complete details.

See the three attached documents (Revised PWS, Questions and answers, & Combined Synopsis Solicitation Ammendment 01) for details.

Posted: Aug. 2, 2023, 6:04 p.m. EDT

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 2023-04 effective 2 June 2023. All applicable provisions and clauses are included in the actual solicitation.
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. FAR part 13.5 procedures will be used for the
entirety of this requirement.

2. The Colorado Army National Guard is requesting quotes for Advanced Marketing Services under NAICS 541613 and the
associated size standard is $16M.

3. This solicitation is being issued as a Request for Quotes (RFQ).

4. In order to be considered a valid quote, all evaluation areas listed in Evaluation Criteria section 2.1.1 must
be specifically addressed at time of quote submission.

Evaluation Factor/Performance Objective 1 Four (4) Recruiting Market Analysis Report to include a comprehensive analysis of Colorado recruiting market trends and demographics.

1.1 Deliverables contain the identification of potential target segments and regions for recruitment. Analytics Reports consisting of total advertisement spend, Website Traffic, Conversion Rate, Return on Investment (ROI), Customer Acquisition Cost, Click-Through Rate, Social Media Engagement, Email Open Rate, and Click-Through Rate, Customer Lifetime Value, must be delivered Monthly NLT the 21st of the month. PWS page 5.

Evaluation Factor/Performance Objective Factor 2 One (1) Marketing Plan Development training

1.1 The Marketing plan training will entail the objectives, SWOT analysis, and Media Spend plan for the fiscal year designed to develop a strategic and comprehensive marketing plan tailored to the COARNG RRB Commanders' intent. The plan must include the objectives, target audience, messaging, channels, and timeline for implementation. (Completed NLT October 30th, 2023). PWS page 6.

Evaluation Factor/Performance Objective 3 Twelve (12) Monthly analytics meetings with the COR

1.1 The contractor shall coordinate twelve meetings to be held monthly NLT three business days until the end of the month. PWS page 6.

Evaluation Factor/Performance Objective 4 Sixty (60) Custom segmented Geofence and Geo-conquest Campaigns.

1.1 The contractor shall create and manage sixty campaigns split between Google Ads and Meta. PWS page 6.

Evaluation Factor/Performance Objective 5 Four (4) Marketing Consulting meetings

1.1 The contractor shall hold at least four (4) custom-tailored consulting meetings held with the MNCO and Staff Members to discuss techniques, best practices, and guidance to ensure success. PWS page 6.

Evaluation Factor/Performance Objective 6 Six (6) Lead Nurturing Campaigns

1.1 The contractor shall create six lead nurturing campaigns tailored to prior service members, lead generating, OSM, WOSM, Special Forces, and Retention OSM, WOSM, Special Forces, and Retention. PWS page 6.

Evaluation Factor/Performance Objective 7 Twelve (12) Google Call Advertising Campaigns

    1. The contractor will custom tailor twelve Google Call advertisements tailored to each Recruiting location. PWS page 7.

Evaluation Factor/Performance Objective 8 Twelve (12) Google Search Advertising Campaigns

    1. The contractor will custom tailor twelve Google Search advertisements tailored to each Recruiting location. PWS page 7.

Evaluation Factor/Performance Objective 9 Five (5) Google Advertising Keywords

    1. The contractor shall provide at least five custom-titled keywords, examples (Military Recruiter Near Me, Join the National Guard, Etc.). PWS page 7.

Evaluation Factor/Performance Objective 10 Evaluation Procedures

1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable and complete.

1.2. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable.

1.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete quotes with respect to price. A complete proposal will include all information required by this solicitation.

1.4. Evaluation of Option Pricing. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, and 2nd option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award.

A firm fixed price award will be made based on the offeror meeting the requirements in the PWS and all evaluation factors for one (1) base year with two (2) option years (36 months).

Please email quotes to serena.a.hoppe.civ@army.mil NLT August 31, 2023, 1300 MST to be considered for award.

Please email all questions to the above referenced email address NLT 08/14/2023. Answers to questions will be posted as an amendment by COB 08/18/2023.

PROVISIONS AND CLAUSES

PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions (Jun 2020)

FAR 52.203-2 Certificate of Independent Price Determination APR 1985

FAR 52.203-3 Gratuities APR 1985

FAR 52.203-5 Covenant Against Contingent Fees (May 2014)

FAR 52.203-6 (Alt 1) Restrictions on Subcontractor Sales to the Government OCT 1985

FAR 52.203-7 Anti-Kickback Procedures (Jun 2020)

FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007

FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020)

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020)

FAR 52.203-19 Prohibition on Regarding Certain Internal Confidentiality Agreement or Statements JAN 2017

FAR 52.204-1 Approval of Contract DEC 1989

FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011

FAR 52.204-7 System for Award Management (Oct 2018) Provision

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) - Provision

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)

FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)

FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)

FAR 52.204-22 Alternative Line-Item Proposal (Jan 2017) Provision

FAR 52.204-27 Prohibition on a ByteDance Covered Application

FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

FAR 52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services (DEVIATION 2023-O0002)

FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Dec 2022)

FAR 52.216-24 Limitation of Government Liability (Apr 1984)

FAR 52.216-25 Contract Defeminization Alternate I (Apr 1984)

FAR 52.217-8 Option to Extend Services (Nov 1999)

FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)

FAR 52.219-9 Small Business Subcontracting Plan

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Jun 2020)

FAR 52.229-11 Tax on Certain Foreign Procurements - Notice and Representation (Jun 2020) - Provision

FAR 52.229-12 Tax on Certain Foreign Procurements (Feb 2021)

FAR 52.232-1 Payments (Apr 1984)

FAR 52.232-8 Discounts for Prompt Payment (Feb 2002)

FAR 52.232-18 Availability of Funds

FAR 52.232-23 Assignment of Claims (May 2014)

FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.233-1 Disputes (May 2014)

FAR 52.233-2 Service of Protest (Sept 2006)

FAR 52.233-3 Protest After Award

FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)

FAR 52.237-3 Continuity of Services

FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services (Dec 2022)

DFARS 252.201-7000 Contracting Officer's Representative

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) Provision

DFARS 252.204-7000 Disclosure of Information (Oct 2016)

DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019)

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)

DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) Provision

DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) Provision

DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021)

DFARS 252.204-7024- Notice on the Use of the Supplier Performance Risk System

DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (May 2019)

DFARS 252.225-7035 Buy American Free Trade Agreements Balance of Payments Program Certificate (Nov 2014)

DFARS 252.225-7036 Buy American Free Trade Agreements Balance of Payments Program (Jun 2022)

DFARS 252.225-7048 Export-Controlled Items (Jun 2013)

DFARS 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (Dec 2022)

DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) - Provision

DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (May 2022)

DFARS 252.229-7014 Full Exemption from Two-Percent Excise Tax on Certain Foreign Procurements (Oct 2022)

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)

DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Apr 2020)

DFARS 252.239-7001 Information Assurance Contractor Training and Certification (Jan 2008)

DFARS 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003)

DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013)

PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT:

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) - Provision

The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.

(a) Definitions. As used in this provision

Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

(b) Prohibition.

(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to

(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.

(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a federal contract. Nothing in the prohibition shall be construed to

(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.

(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".

(d) Representation. The Offeror represents that

(1) It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and

(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that

It does, does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.

(e) Disclosures.

(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:

(i) For covered equipment

(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.

(ii) For covered services

(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or

(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.

(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:

(i) For covered equipment

(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.

(ii) For covered services

(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or

(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.

(End of provision)

FAR 52.204-26 Covered Telecommunications Equipment or Services Representation (Oct 2020) - Provision

(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".

(c) (1) Representation. The Offeror represents that it does, does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.

(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it does, does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.

(End of provision)

FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) Provision

(a) Definitions. As used in this provision

Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.

Federal contracts and grants with total value greater than $10,000,000 means

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The offeror has does not have current active Federal contracts and grants with total value greater than $10,000,000.

(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7).

(End of provision)

ADDENDUM TO FAR 52.212-1 INSTRUCITONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2020)

To ensure timely and equitable evaluation of quotes, offerors shall adhere to the following instructions in preparing their quote. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offeror being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Verify that the prices quoted reflect the most competitive pricing available to the Government. In addition to these instructions, offerors shall refer to FAR 52.212-1 Instructions to Offerors-Commercial Items for a list of all information an offeror's quote shall include.

Quote Size and Content: Quote shall be submitted on company letterhead as one volume with separate sections marked to correspond with the separate evaluation factors listed below. Quote page size shall be 8.5 x 11 inches, and pages shall be single spaced. The text size shall be no less than Times New Roman 10 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially and shall not exceed 15 pages in length.

The offeror must submit detailed information for each evaluation factor. The information within the quote must demonstrate that the offered services meet or exceed the minimum specifications found in the solicitation's PWS. The Government will evaluate the offers on the basis of information furnished by the offeror in response to the solicitation.

Evaluation Factor/Performance Objective 1 Four (4) Recruiting Market Analysis Report to include a comprehensive analysis of Colorado recruiting market trends and demographics.

1.1 Deliverables contain the identification of potential target segments and regions for recruitment. Analytics Reports consisting of total advertisement spend, Website Traffic, Conversion Rate, Return on Investment (ROI), Customer Acquisition Cost, Click-Through Rate, Social Media Engagement, Email Open Rate, and Click-Through Rate, Customer Lifetime Value, must be delivered Monthly NLT the 21st of the month. PWS page 5.

Evaluation Factor/Performance Objective Factor 2 One (1) Marketing Plan Development training

1.1 The Marketing plan training will entail the objectives, SWOT analysis, and Media Spend plan for the fiscal year designed to develop a strategic and comprehensive marketing plan tailored to the COARNG RRB Commanders' intent. The plan must include the objectives, target audience, messaging, channels, and timeline for implementation. (Completed NLT October 30th, 2023). PWS page 6.

Evaluation Factor/Performance Objective 3 Twelve (12) Monthly analytics meetings with the COR

1.1 The contractor shall coordinate twelve meetings to be held monthly NLT three business days until the end of the month. PWS page 6.

Evaluation Factor/Performance Objective 4 Sixty (60) Custom segmented Geofence and Geo-conquest Campaigns.

1.1 The contractor shall create and manage sixty campaigns split between Google Ads and Meta. PWS page 6.

Evaluation Factor/Performance Objective 5 Four (4) Marketing Consulting meetings

1.1 The contractor shall hold at least four (4) custom-tailored consulting meetings held with the MNCO and Staff Members to discuss techniques, best practices, and guidance to ensure success. PWS page 6.

Evaluation Factor/Performance Objective 6 Six (6) Lead Nurturing Campaigns

1.1 The contractor shall create six lead nurturing campaigns tailored to prior service members, lead generating, OSM, WOSM, Special Forces, and Retention OSM, WOSM, Special Forces, and Retention. PWS page 6.

Evaluation Factor/Performance Objective 7 Twelve (12) Google Call Advertising Campaigns

    1. The contractor will custom tailor twelve Google Call advertisements tailored to each Recruiting location. PWS page 7.

Evaluation Factor/Performance Objective 8 Twelve (12) Google Search Advertising Campaigns

    1. The contractor will custom tailor twelve Google Search advertisements tailored to each Recruiting location. PWS page 7.

Evaluation Factor/Performance Objective 9 Five (5) Google Advertising Keywords

    1. The contractor shall provide at least five custom-titled keywords, examples (Military Recruiter Near Me, Join the National Guard, Etc.). PWS page 7.

Evaluation Factor/Performance Objective 10 Evaluation Procedures

1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable and complete.

1.2. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable.

1.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete quotes with respect to price. A complete proposal will include all information required by this solicitation.

1.4. Evaluation of Option Pricing. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, and 2nd option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award.

(End of Provision)

FAR 52.212-2 EVALUATION OF QUOTES

The Government will assess the offeror's quote on two (2) factors: (1) Price and (2) Technical Capability.

The Government reserves the right to accept other than the lowest priced offer and reject any and all offers. The basis of award will be a conforming quote that represents the best value to the Government.

As stated in FAR 52.212-1(g), the Government intends to make an award without conducting discussions.

Evaluation Factor 1 Price

1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable and complete.

1.2. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable.

1.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete quotes with respect to price. A complete proposal will include all information required by this solicitation.

1.4. Evaluation of Option Pricing. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and 1/2 of the 4th option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award.

Evaluation Factor 2 - Technical Capability

2.1. The evaluation of the Technical Capability will assess the offeror's proposed approach and understanding of the requirements. While the offeror is required to meet all sections of the PWS, the following paragraphs will specifically be evaluated to determine whether the offeror is capable of providing the needed services:

2.1.1 Paragraphs 1.4.1, 5.3.1, 5.4, 5.4.2, 5.5, 5.5.1-8, 5.6, 5.7, 5.7.1-4, 5.8, and 5.17.3.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on Total Evaluated Price, offeror's ability to meet the PWS requirements, and past performance based on a review of FAPIIS and SPRS. Award will be based on the offer that represents the best value to the Government.

The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and 1/2 of the 4th option. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award.

(End of Provision)

FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2022) with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications posted at FAR 52.212-3 have been entered or updated electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal in the last 12 months, and are current, accurate, complete, and applicable to this solicitation. Alternatively, if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and include a completed copy with its offer.

(End of provision)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2022)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655).

__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)).

__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).

__ (5) [Reserved].

__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

_X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note).

__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).

__ (10) [Reserved].

__ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).

__ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a).

__ (13) [Reserved]

_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).

__ (ii) Alternate I (Mar 2020) of 52.219-6.

__ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).

__ (ii) Alternate I (Mar 2020) of 52.219-7.

__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)).

__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2022) ( 15 U.S.C. 637(d)(4)).

__ (ii) Alternate I (Nov 2016) of 52.219-9.

__ (iii) Alternate II (Nov 2016) of 52.219-9.

__ (iv) Alternate III (Jun 2020) of 52.219-9.

__ (v) Alternate IV (Sep 2021) of 52.219-9.

__ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)).

__ (ii) Alternate I (Mar 2020) of 52.219-13.

_X_ (19) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s).

__ (20) 52.219-16, Liquidated Damages Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)).

__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) ( 15 U.S.C. 657f).

_X_ (22) (i) 52.219-28, Post Award Small Business Program Representation (Oct 2022) ( 15 U.S.C. 632(a)(2)).

__ (ii) Alternate I (Mar 2020) of 52.219-28.

__ (23) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(m)).

__ (24) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) ( 15 U.S.C. 637(m)).

__ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)).

__ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).

_X_ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).

_X_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).

_X_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

_X_ (30)(i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).

__ (ii) Alternate I (Feb 1999) of 52.222-26.

_X_ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).

__ (ii) Alternate I (Jul 2014) of 52.222-35.

_X_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).

__ (ii) Alternate I (Jul 2014) of 52.222-36.

_X_ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).

_X_ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_X_ (35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627).

__ (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).

__ (36) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)

__ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

__ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

__ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

__ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).

__ (40)(i) 52.223-13, Acquisition of EPEAT -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Oct 2015) of 52.223-13.

__ (41)(i) 52.223-14, Acquisition of EPEAT -Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun2014) of 52.223-14.

__ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b).

__ (43)(i) 52.223-16, Acquisition of EPEAT -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun 2014) of 52.223-16.

_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).

__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

__ (46) 52.223-21, Foams (Jun2016) (E.O. 13693).

_X_ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).

__ (ii) Alternate I (Jan 2017) of 52.224-3.

__ (48) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83).

__ (ii) Alternate I (Oct 2022) of 52.225-1.

__ (49)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Dec 2022) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 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.

__ (ii) Alternate I [Reserved].

__ (iii) Alternate II (Dec 2022) of 52.225-3.

__ (iv) Alternate III (Jan 2021) of 52.225-3.

__ (v) Alternate IV (Oct 2022) of 52.225-3.

__ (50) 52.225-5, Trade Agreements (Dec 2022) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

_X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

__ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).

__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150).

__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150).

__ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).

__ (56) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).

__ (57) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).

_X_ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).

__ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332).

__ (60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).

__ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).

__ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)).

__ (63)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).

__ (ii) Alternate I (Apr 2003) of 52.247-64.

__ (iii) Alternate II (Nov 2021) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

_X_ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter67).

_X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).

__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).

__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).

__ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).

__ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).

_X_ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).

_X_ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).

(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(v) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).

(viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67).

(xiii) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627).

(B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).

(xvi) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).

(xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).

(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

(xix) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).

(B) Alternate I (Jan 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) - Provision

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov

(End of provision)

FAR 52.252-2 Clause Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov

(End of clause)

FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chap 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(a) Definitions. As used in this clause

Department of Defense Activity Address Code (DoDAAC) is a six-position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://piee.eb.mil following the step-by-step procedures for self-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://piee.eb.mil.

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

_____2 in 1 Services_______________________________________________________

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.

___________________________________________________________

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance-based payments, submit a performance-based payment request.

(v) For commercial item financing, submit a commercial item financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF

Data to be entered in WAWF

Pay Official DoDAAC

_HQ0670___

Issue By DoDAAC

_W912LC___

Admin DoDAAC**

_W912LC___

Inspect By DoDAAC

____

Ship To Code

_W90HJ1___

Ship From Code

____

Mark For Code

____

Service Approver (DoDAAC)

____

Service Acceptor (DoDAAC)

_W90HJ1___

Accept at Other DoDAAC

____

LPO DoDAAC

____

DCAA Auditor DoDAAC

____

Other DoDAAC(s)

____

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact.

ng.co.coarng.list.uspfo-vendorpay@mail.mil

Jacob Kuzma is the authorized individual to accept/reject invoices pertaining to this contract.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

Serena Hoppe 720- 250-4041__________________________________________________________

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

Attachments

PWS: W912LC-23-Q-0047 Advanced Marketing Services

The following wage determinations for this requirement are incorporated by reference, please reference https://www.sam.gov for further details.

Service Contract Act #2015-5419

Background
The Colorado Army National Guard is seeking marketing services for recruiting and retention under NAICS 541613. The solicitation is issued as a Request for Quotes (RFQ) and is a combined synopsis/solicitation for commercial items. The contract type is Firm Fixed Price, and the response deadline has been extended to 11 September 2023. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2023-04 effective 2 June 2023.

Work Details
The contractor is required to provide various marketing services including Marketing Plan Development training, Monthly analytics meetings, Custom segmented Geofence and Geo-conquest Campaigns, Marketing Consulting meetings, Lead Nurturing Campaigns, Google Call Advertising Campaigns, Google Search Advertising Campaigns, and Google Advertising Keywords. Additionally, the evaluation criteria include Price and Technical Capability factors. The offeror's proposed approach and understanding of the requirements will be assessed based on specific paragraphs outlined in the Performance Work Statement (PWS).

Place of Performance
The place of performance for the contract is specified as 'Advanced Marketing Services for Recruiting and Retention' as detailed in the attached Performance Work Statement (PWS).

Overview

Response Deadline
Sept. 11, 2023, 3:00 p.m. EDT (original: Aug. 31, 2023, 3:00 p.m. EDT) Past Due
Posted
Aug. 2, 2023, 6:04 p.m. EDT (updated: Aug. 26, 2023, 3:54 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Centennial, CO 80015 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Time And Materials; Fixed Price;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 8/2/23 Colorado National Guard issued Synopsis Solicitation W912LC-23-Q-0047 for Colorado Army National Guard Advanced Marketing Services due 9/11/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541613 (SBA Size Standard $19 Million) and PSC R701.
Primary Contact
Name
Serena Hoppe   Profile
Phone
(720) 250-4041

Secondary Contact

Name
James S. Rawlings   Profile
Phone
(720) 250-4034

Documents

Posted documents for Synopsis Solicitation W912LC-23-Q-0047

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912LC-23-Q-0047

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912LC-23-Q-0047

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912LC-23-Q-0047

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912LC-23-Q-0047

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912LC-23-Q-0047

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7MY USPFO ACTIVITY CO ARNG
FPDS Organization Code
2100-W912LC
Source Organization Code
100232394
Last Updated
Sept. 26, 2023
Last Updated By
james.s.rawlings.civ@mail.mil
Archive Date
Sept. 26, 2023