Media Buying Services –Enterprise Recruiting Marketing & Branding Campaign
ID: N6426724Q5079Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Marketing Consulting Services (541613)

PSC

SUPPORT- MANAGEMENT: ADVERTISING (R701)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for media buying services as part of an Enterprise Recruiting Marketing and Branding Campaign. The objective is to enhance NAVSEA's recruitment efforts by developing a strategic media buying plan that targets potential candidates in STEM, business administration, and trades, utilizing digital channels primarily focused on LinkedIn. This initiative marks NAVSEA's first digital advertising campaign aimed at attracting talent in a competitive labor market, with the campaign scheduled to run from September to November 2024. Interested vendors must submit their proposals electronically by September 13, 2024, and can direct inquiries to Steve Cortes at steve.cortes.civ@us.navy.mil or by phone at 951-393-5183.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Request for Quote (RFQ) N6426724Q5079 issued by the NAVSEA Enterprise Recruiting Program for media buying services aimed at enhancing its recruitment marketing and branding campaign. The campaign will occur from September to November 2024 and marks NAVSEA's first foray into digital advertising for recruitment purposes, moving away from traditional methods. The selected contractor will provide strategic consultation, manage ad placements, and monitor key performance indicators (KPIs). Key requirements include the provision of an experienced media buyer, development of tailored media strategies, ongoing campaign monitoring, and weekly performance reporting. Deliverables include a paid media strategy, media placement documentation, and a final output and outcome report. The contractor will work closely with the Technical Point of Contact (TPOC) to ensure alignment with NAVSEA’s branding and recruitment goals. This initiative underscores a strategic shift in NAVSEA’s recruitment outreach, targeting a competitive labor market and aiming to cultivate an attractive employer brand through modern digital channels. The RFQ serves to solicit capable vendors to assist in achieving these objectives within set budgetary constraints.
    The document is an amendment to a solicitation for a government contract, specifically extending the response deadline for interested parties. Initially scheduled for 06-Sep-2024 at 12:00 PM, the new deadline is now set for 10-Sep-2024 at 05:00 PM, with no further questions being addressed regarding the solicitation. All other terms and conditions of the original agreement remain unchanged. The amendment provides explicit instructions for contractors on how to acknowledge the receipt of this amendment and make any necessary changes to existing offers. It also includes administrative details such as the contracting officer's contact information and the administrative agency overseeing the amendment. This modification is significant within the context of federal Requests for Proposals (RFPs) as it ensures clarity in the bidding process while allowing potential contractors additional time to prepare their submissions effectively.
    This document is an amendment to a solicitation/modification of a contract issued by the Naval Surface Warfare Center Corona Division. The primary purpose of the amendment is to extend the response deadline for the solicitation, which has been changed from September 10, 2024, at 5:00 PM to September 13, 2024, at 5:00 PM. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment before the specified deadline either by completing relevant items or through other means of communication referencing the solicitation and amendment numbers. The amendment is formally issued under the authority prescribed by GSA regulations. The document ensures that all parties remain informed of the changes affecting the solicitation process, thus maintaining transparency and compliance in federal contracting procedures.
    The document outlines an amendment to a solicitation related to contracting for media buying services by the Naval Sea Systems Command (NAVSEA). The amendment extends the deadline for submissions and updates several sections, including contract line item numbers (CLINs). It introduces new CLINs for media buying, CDRLs, and ad purchases while modifying existing descriptions. The purpose of this solicitation is to procure media buying services as part of NAVSEA's inaugural digital advertising campaign aimed at enhancing recruitment and brand awareness. The campaign targets potential job seekers and runs from September to November 2024. It emphasizes a shift towards digital marketing strategies to effectively attract talent, especially within competitive landscapes. Key requirements for the contractor include developing a paid media strategy, managing advertisement placements, negotiating purchases, ongoing performance monitoring, and providing regular reports on campaign effectiveness. The document underlines the importance of aligning recruitment efforts with branding strategies to improve NAVSEA's employer appeal. A structured communication and collaboration approach between the contractor and NAVSEA is essential for successful execution, supported by specified deliverables including comprehensive reports on campaign outcomes. Overall, this amendment signifies NAVSEA's commitment to modernizing its recruitment approach through strategic media initiatives.
    The DD Form 1423-1 is designed to outline the Contract Data Requirements List (CDRL) for government contracts, particularly focusing on data items required from contractors. The document specifies the information needed, including contract line item numbers, data item descriptions, and submission dates. Key sections include the identification of the requiring office, approval authority, and details about the distribution statements, emphasizing adherence to Department of Defense (DoD) policies. The form classifies data items into categories such as Technical Data Package (TDP) or Technical Manual (TM) and stipulates that submissions must comply with timelines after contract award and receipt of comments. Additionally, it distinguishes four pricing groups to categorize the estimated costs related to data preparation, stressing that necessary costs should not be inflated by rights in data ownership. The purpose of this form is to ensure standardized data requirements and facilitate accountability in government contracts, ultimately enhancing clarity in the data acquisition process within federal, state, and local RFP frameworks.
    The document outlines the Contract Data Requirements List (CDRL) associated with a federal contract for a Media Buying Campaign Output and Outcome Reports. The primary focus is on the specifications for data reporting, particularly metrics such as impressions, clicks, ROI, and resume submissions, which will assess the campaign’s performance. It details submission requirements, including a weekly frequency and the necessity for distribution only to authorized Department of Defense personnel. The CDRL stipulates that initial drafts will be reviewed and marked up by the Government within 15 days, and the contractor must resubmit revised versions accordingly. Each data item is categorized—Technical Data Package (TDP), Technical Manual (TM), or Other—with clear instructions on how to fill out the associated DD Form 1423. The document underlines the systematic approach to data collection and ensures compliance with government requirements to facilitate oversight and assessment of the campaign's effectiveness and compliance with contractual obligations. This structure aims to provide transparency and accountability in federal contracting processes, ensuring that all deliverables meet established standards and timelines.
    The document comprises details associated with federal and state/local Requests for Proposals (RFPs) and grants, focusing on administrative procedures and compliance requirements. It outlines the response expectations for organizations seeking funding or contract opportunities within the government framework. Key points include specific eligibility criteria for applicants, submission guidelines, documentation requirements, and a timeline for proposal submissions. The emphasis is on transparency, accountability, and ensuring that funding is directed towards viable projects that can demonstrate measurable outcomes. Additionally, the document underscores the importance of community engagement and stakeholder participation in project development to align with regulatory standards. This structured approach aims to streamline governmental processes while fostering collaborative efforts across different levels of government and the public sector. Overall, the document serves as a crucial reference for potential bidders and grant seekers to navigate the complexities of obtaining government support effectively.
    The document outlines federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at funding various projects. Its primary purpose is to provide information on available financial resources, application processes, and eligibility requirements for potential applicants. Key themes include the necessity for compliance with regulations, the promotion of community development, and the support of innovative solutions that address public needs. Each RFP includes specific criteria regarding project scopes, budgets, and expected outcomes. The document serves as a guide for organizations looking to secure funding, highlighting important deadlines, submission guidelines, and evaluation criteria used to assess proposals. Ultimately, it facilitates access to government financial support, fostering initiatives that align with federal and state objectives in social, economic, and infrastructural development.
    The document appears to relate to federal and state/local Requests for Proposals (RFPs) and grants, but the text provided is unreadable due to encoding issues, making it impossible to extract relevant information. Typically, such documents are structured to outline project specifications, eligibility requirements, evaluation criteria, and submission guidelines for potential contractors or grant applicants. They also often emphasize the importance of compliance with federal regulations and requirements, as well as the strategic objectives that the funding or contracts aim to achieve, such as improving public service delivery, infrastructure development, or community enhancement. Without clear content, it cannot be analyzed or summarized effectively. A more accessible or corrected version of the document would be necessary to fulfill the analysis and summarization task accurately.
    The government document pertains to federal and state-level Requests for Proposals (RFPs) and grant applications. It outlines processes for securing funding and project execution within governmental frameworks, emphasizing the need for compliance with specific standards and regulations. Key elements include the identification of eligible entities, project criteria, submission guidelines, and evaluation metrics for proposals. The document also highlights the importance of addressing community needs, fostering collaboration, and ensuring transparency throughout the funding process. Overall, it serves as a comprehensive guide for stakeholders seeking to participate in government-funded initiatives, promoting adherence to procedural norms and accountability in project management.
    The government file outlines a range of federal and state/local RFPs and grants, emphasizing their significance in funding various projects. Key topics include program specifications, application processes, eligibility criteria, and deadlines for submissions. The document systematically categorizes funding opportunities available to different entities, including non-profits and local governments, highlighting the importance of compliance with federal guidelines and regulations. Additionally, the file stresses the need for detailed proposals that align with funding objectives, ensuring that applicants adequately demonstrate project feasibility, budget justifications, and anticipated outcomes. These elements are crucial for enhancing the likelihood of securing financing. The coordination between varying levels of government and stakeholders is also detailed, which plays a vital role in fostering community development and addressing local challenges through targeted funding initiatives. This consolidated information serves as a comprehensive resource for applicants seeking to navigate the complex landscape of government solicitations and grants, ensuring they have access to the necessary tools and guidelines for submission success.
    The document entails a Q&A session related to a Request for Proposal (RFP) for Media Buying Services under NAVSEA. It addresses various inquiries regarding budget allocation, labor estimates, and the scope of digital channels to be used, predominantly focusing on LinkedIn. The requirement seeks to promote NASVEA as an employer of choice targeting candidates in STEM, business administration, and trades within the U.S. The campaign will run for three months, aligned with NAVSEA’s recruitment season, and is a new initiative with no incumbents involved. Proposals must comply with simplified acquisition procedures, requiring a firm fixed price covering both labor and media buys. The document also clarifies the roles of the NASVEA team in providing media assets and emphasizes the need for a well-documented strategy, including target audiences, messaging, and performance metrics. The key points highlight that there is no pre-defined budget for media buys and that the contractor must include costs in their proposal without expecting reimbursement. Overall, this RFP aims to establish a strategic media buying effort to attract talent crucial to supporting NAVSEA's operational goals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MEARNG NCSA Advertisement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking proposals for Non-Commercial Sustaining Advertising (NCSA) services to enhance recruitment efforts through radio and television advertisements. The contractor will be responsible for creating and rotating 15-30 second radio spots and 30-60 second television commercials targeting individuals aged 17-24 and influential community figures, with a contract period of one year and an option for an additional six months. This initiative is crucial for increasing brand recognition and attracting potential recruits, with the government retaining ownership of all produced materials. Interested vendors must submit their proposals by September 28, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Tom Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    Submarine Tethered Expendable Buoy (STEB)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the development, integration, testing, production, and installation of the Submarine Tethered Expendable Buoy (STEB) system. This system is designed to provide submerged submarines with a surface buoy platform that enhances communications, situational awareness, and collision avoidance capabilities. The procurement is critical for advancing naval operations and ensuring effective underwater communication and safety. Interested offerors must comply with the solicitation requirements and submit their proposals by the due date of September 23, 2024, while adhering to strict guidelines regarding secure communication protocols and documentation submissions. For further inquiries, potential contractors can contact Sydney Cline at sydney.m.cline.civ@us.navy.mil or Patrick Dooley at patrick.s.dooley3.civ@us.navy.mil.
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.
    Request For Information (RFI) - Common Services for Enterprise Applications (C-SEA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Systems, is seeking information through a Request for Information (RFI) regarding Common Services for Enterprise Applications (C-SEA). The objective of this procurement is to identify existing capabilities, Commercial Off-The-Shelf software suites, and innovative solutions that can provide a secure, affordable, interoperable, stable, and robust suite of common services for naval software applications. This initiative is crucial for enhancing the operational efficiency and effectiveness of naval software systems. Interested parties should note that the deadline for RFI responses has been extended to September 19, 2024, and can direct inquiries to Contract Specialist Yvette Tsui at yvette.tsui@navy.mil or by phone at 619-508-0933.
    OKARNG Advertising and Marketing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for advertising and marketing services for the 2024-2025 academic school year. The primary objective is to enhance recruitment efforts during key athletic events, particularly OSSAA championship games and wrestling sponsorships, through various advertising mediums such as public address announcements, videoboard commercials, and digital signage. This initiative is crucial for increasing visibility and awareness of the OKARNG's benefits to potential recruits. Interested small businesses must submit their proposals electronically by September 23, 2024, at 1:00 p.m. CST, to the designated contacts, Candace OBrian and Harvetta Taylor, with all inquiries due by September 16, 2024.
    Private Sector Workload Forecast Material for Public Website
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to provide private sector workload forecasts for surface ship maintenance from Fiscal Year 2023 to Fiscal Year 2026. The objective is to communicate aggregate ship maintenance demand to industry partners, facilitating planning and resource allocation without constituting a request for proposals or contract commitments. This information is crucial for contractors to align their capabilities with the U.S. Navy's operational needs, as it reflects the dynamic nature of maintenance schedules influenced by ongoing budget negotiations and operational commitments. Interested parties can reach out to LT Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jamillah Powell at jamillah.l.powell.civ@us.navy.mil for further inquiries, with updates on future workload projections expected to be posted on SAM.gov.
    Recruiting Station - Navy Career Center - Tampa, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as a Navy Career Center in Tampa, Florida. The required space must range from 1,284 to 1,605 gross rentable square feet, with provisions for adequate parking for two government vehicles and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting recruitment efforts and must comply with various federal specifications, including energy efficiency standards and security requirements. Interested parties should submit their proposals, including a contractor's bid for build-out, to William Felder at william.c.felder@usace.army.mil by 11:59 PM on October 4, 2024, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Naval Power & Energy Systems Technology Development Roadmap (NPES TDR) Update
    Active
    Dept Of Defense
    The U.S. Navy, through the Naval Sea Systems Command (NAVSEA), seeks industry insights to update its Naval Power and Energy Systems Technology Development Roadmap (NPES TDR). The goal is to align naval power systems with evolving technologies, ensuring the fleet's combat readiness. This Request for Information (RFI) is a strategic move to gather intelligence on current and emerging trends in the industry, especially those that can enhance the Navy's power and energy systems. The update aims to future-proof naval operations by fostering innovation that meets the demands of emerging loads. The Navy wants to improve the agility, efficiency, and support mechanisms of its power and energy systems, primarily through advancements in prime movers, generation, propulsion motors, distribution, conversion, controls, and thermal management. Additionally, the Sea Systems Command wants to understand industry capabilities in integration, systems engineering, modeling, simulation, and digital twins to enhance the Navy's strategic advantages. This RFI is crucial for the Navy to benchmark industry advancements, enabling them to shape their technology development and investment strategies. The information gathered will significantly influence the NPES TDR update, guiding future procurement decisions and ensuring the fleet's technological edge. Respondents are encouraged to share their insights, especially on enhancing system performance, reducing costs, and improving survivability. The RFI document is divided into three sections: General Information: Focuses on the state-of-the-art technology, industry trends, and commercial product advancements. Technology Trends: Explores advancements in functionality, power density, reliability, and scientific innovations. Product-Specific: Directed towards prime movers, propulsion motors, power generation, distribution, and more, with an emphasis on specific improvements. Industry participants are vital to this process and can shape the Navy's technological trajectory by responding to the RFI. The deadline for submissions is extended to September 19, 2024, and the Navy encourages respondents to share their expertise and insights freely. For clarification or further information, interested parties can contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    COMMAND PE SOFTWARE - SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, is seeking proposals for the procurement of two Command PE Premium licenses as part of a service contract. The objective of this procurement is to secure the CommandPE software and associated licenses to enhance training capabilities through immersive war games and tabletop exercises, with a performance period scheduled from October 2, 2024, to March 1, 2025. This initiative is crucial for advancing the Navy's training methodologies by integrating custom environments for realistic simulations. Interested bidders must submit their quotes by 09:00 a.m. EST on September 18, 2024, to Amy Anderson at amy.c.anderson2.civ@us.navy.mil, ensuring compliance with all solicitation requirements and regulations.
    User Experience/User Interface (UX/UI) Design and Engineering
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for User Experience/User Interface (UX/UI) design and engineering services aimed at enhancing Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. The procurement will focus on applying UX/UI methodologies to both software and hardware throughout the lifecycle of the products, ensuring that human factors are systematically integrated into the design process. This opportunity is significant as it addresses critical user interactions and usability standards necessary for effective military operations. The anticipated contract will be a single award indefinite delivery, indefinite quantity (IDIQ) contract with a five-year ordering period, and it is set to be released around mid to late September 2024. Interested parties can direct inquiries to Contract Specialist Magda V. Velarde at magda.velarde@navy.mil or by phone at 619-947-1934.