Quantcast
Channel: NASA – beenetworknews
Viewing all 157 articles
Browse latest View live

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOps – Procurements

Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — VARIOUS SAFETY & PROTECTIVE GEAR H92244-13-T-0186 043013 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information160px-Special_Operations_Specops_Army.svg included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0186. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

SECTION B Schedule of Supplies and Services

CLIN 0001 VARIOUS SAFETY & PROTECTIVE GEAR (See Extended Description for listing)
QTY: 1 LOT
FFP
FOB Destination

CLAUSES INCORPORATED BY REFERENCE:
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning this Solicitation (JAN 2000)

As prescribed in 5615.209(l), insert the following provision, Editable and Fill-ins
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
Courtney Greco – Contract Specialist
courtney.greco@vb.socom.mil
PH – 757-862-9471
1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins
(a) The Primary Contracting Office Point of Contact is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(b) The Administrative Contracting Office Point of Contact is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(c) The Contracting Officer’s Representative is: Courtney Greco, Contract Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, courtney.greco@vb.socom.mil, 757-862-9471.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.

All questions concerning this procurement, either technical or contractual must be submitted to courtney.greco@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is Courtney Greco at phone number: (757-862-9471) or email at courtney.greco@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Courtney Greco by email at courtney.greco@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Courtney Greco (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 am Eastern Standard Time (EST) on Tuesday, 30 April 2013.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0186/listing.html
OutreachSystems Article Number: 130417/PROCURE/0485
Matching Key Words: film?; edit*; produc*; you; website; business*; event?; instruct*; commercial?; 

600px-US-DeptOfCommerce-Seal.svgDepartment of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast Seattle WA 98115-6349

T — REQUEST FOR INFORMATION: IDIQ for Shorezone Imaging and Mapping Services NFFS5000-13-01465 042913 Crystina R Elkins, CONTRACT SPECIALIST, Phone (206) 526-6036, Fax (206)527-3916, Email crystina.r.elkins@noaa.gov THIS IS A REQUEST FOR INFORMATION ONLY. Respondents are invited to provide comments on the content of this request to ensure that, in the event the Government chooses to issue a formal solicitation, every effort will be made to adequately address the scientific and technical challenges described below. As such, responses to this request must be available for unrestricted public distribution. Neither proprietary nor classified concepts or information should be included in any response. The following regulatory guidance applies to this Request for Information (RFI):

FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997)

The Government does not intend to award a contract on the basis of this Request for Information (RFI) or to otherwise compensate any interested party for information.

BACKGROUND:

The National Marine Fisheries Service (NMFS) located in Alaska has a requirement for a contractor to video, photograph, map and catalogue geomorphic and biological shore-zone resources at effective mapping scales of better than 1:10,000 for various locations in Alaska specifically, and potentially other coastal areas of the United States.

The objective of this requirement will be to:

1. Collect ShoreZone imagery of the Alaska coastline and potentially other coastlines along the United States,
2. Using this low-tide aerial video and still imagery, map the geologic and biological features and enter the data into a georeferenced data base,
3. Complete the necessary inventory and mapping needed for a continuous dataset for the entire coastline of Alaska following the methodology described in the paper “ShoreZone Mapping Protocol for the Gulf of Alaska” (August 2008),
4. A georeferenced GIS database which includes shoreline geomorphology, substrates, and biological habitats is required as indicated by research and management activities by federal, state, and local agencies and by nongovernmental organizations.

DESCRIPTION and TECHNICAL REQUIREMENTS:

Respondents are requested to provide information which addresses the vendor’s ability to meet the requirements listed below:

A. Capability of providing ShoreZone Imagery Collection performed by qualified personnel using state-of-the-art equipment. Contractor shall also be able to meet the following requirements:

FIELD SURVEY PLANNING – A field survey plan is developed for each low-tide window survey. The survey is conducted at the lowest daylight tides of the year with tidal elevations of 0.0 meters or lower. Surveys are only conducted in the summer months from May through August in order to ensure mapping of aquatic vegetation. Operating bases are identified, field survey personnel are identified, logistical helicopter support is arranged (including fuel caches where required) and accommodations for the survey crew are secured. The Field Survey Plan is developed in consultation with the contracting officer representative (COR) and should be reviewed by the COR prior to conducting the survey.

FIELD PERSONNEL – Typically a crew of four individuals are needed in the aircraft including a coastal geomorphologist, a coastal biologist, an in-flight navigator, and a pilot. When surveys necessitate using a smaller helicopter (such as a Robinson R-44) which only holds three persons plus necessary equipment, the geomorphologist or biologist may also do the duties of the navigator. The coastal geomorphologist is responsible for designing the survey, operating the video camera, and collecting the video imagery to sufficient resolution for ShoreZone mapping system. The coastal geomorphologist provides a continuous audio commentary on the geomorphology including specifics on the substrate character that may not be visible on the videography. The coastal biologist is responsible for working with the geologist to design the survey, operating the still-image camera, and shooting still imagery to sufficient resolution for ShoreZone mapping. The coastal biologist provides a continuous audio commentary on the intertidal biota with emphasis on the biological attributes and biobands used in the ShoreZone mapping system. An in-flight navigator is responsible for ensuring that aerial survey coverage is complete, and that the electronic navigation system is recording on second navigation fixes.

FIELD DATA PRODUCTS – The primary products originating from the field program are listed below. As technology changes, data formats change and the suggested specification below are minimum standards.

NAVIGATION DATA FILES – provide location of the survey information on second fix marks with associated latitude, longitude of each fix (to four decimal places) and global positioning system (GPS) clock time. The fixes should be collected to differentially corrected global positioning system (DGPS) standards (horizontal positioning accuracy typically +/- 5m).

VIDEOGRAPHY – low-tide, oblique aerial video imagery. Record videography on media that measures at least 530 lines per inch (LPI) resolution with GPS fix (lat/long) and time burned to each image. In 2006, imagery was recorded on miniDV tapes, which meets this standard, but technology is changing. Filming in HD and recording directly to digital video cards may be viable upgrades if previous standards are maintained at a minimum. In addition, GPS information is to be attached to metadata in the form of geotags: (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0) via metadata. Record synchronous geomorphological narration on the left audio channel and biological narration recorded on the right audio channel. In the past, miniDV original tapes (originals) were used to create a master set of DVDs and then archived. A preferred upgrade would be all imagery placed on portable hard drives.

PHOTOGRAPHY – still photography is collected during the over fights and recorded digitally. Minimum 12 megapixel image quality is required. Other file formats must provide equivalent resolution. Images should frame from above the higher high water line to below the lower low water line levels unless broad, flat habitats preclude this. In these habitats maximize image from center halfway between higher high waterline to below the lower low waterline. Zooms of specific features are occasionally collected. The camera clock is synchronized to the GPS clock so that the exact time of each photo is recorded in the metadata for each image; this ensures that the exact location of each photo is known. Images should be geotagged (eg. EXIF: Latitude 55, 44′ 18″, Latitude Reference – North latitude; Longitude 160, 0′ 51″, Longitude Reference – West longitude) and attributed to Alaska ShoreZone program (EXIF copyright: Alaska ShoreZone CC BY 3.0). Photos are transferred to DVD or hard drive (or other storage device) and typically archived by day. On average the target is one photo every three seconds (1,200 photos per hour) or a minimum of 1,000 photos per hour. The number of photos taken per hour varies somewhat with habitat and location.

FLIGHTLINE MANUAL – a flight line manual shall be produced to show the flight path associated with each tape or DVD. The path is shown in reference to standard maps (either NTS topographic maps, NOAA charts or electronic shorelines derived from one of these two shoreline). Locations of all photos are shown on the flight line maps. A log is included with each tape to relate geographic features to flight path times and to photo locations.

SHOREZONE DATA ANALYSIS AND MAPPING REQUIREMENTS
ShoreZone mapping and data analysis requires oblique aerial imagery to be converted to repeatable units or classes of data; the data shall include both spatial representation that fixes the information on maps (i.e., a mapping system) and an attribute representation that classifies data into a discrete number of categories (i.e., a classification system). Both geological and biological attributes shall be mapped and classified with quality assurance and quality control (QAQC) procedures throughout the process.

GEOLOGICAL ATTRIBUTE MAPPING
The geomorphology mapper reviews the imagery, as well as other existing maps and air photos, and marks the shore units onto an electronic shoreline. A shore unit is the primary mapping unit which delineates locations of uniform sediment texture, geomorphology and wave exposure. Shore units may be represented as line segments, points or polygons. Each shore unit is further characterized by the geologist in terms of a collection of across-shore components. The best shoreline must be used to delineate the shoreline. Where there are large deviations in the digital shoreline, adjustments may be made. This shall be noted in the metadata.

Each shore unit is further characterized by the geologist in terms of a collection of across-shore components. The across-shore components are geomorphic features, such as cliffs, beach berms, tidal flats, with associated texture characteristics. The across-shore component attributes are entered into the database but are not delineated on maps. The components are described in terms of (a) observed forms and substrates (e.g., a cobble berm), (b) a landward to seaward sequence and (c) the tidal zone in which they occur (i.e., supratidal, intertidal or subtidal). Within a unit, there may be primary, secondary or tertiary components. The Component data is searchable for particular features (e.g., dunes, pebble beach berms, intertidal structures, mudflats greater than 100m in width).

BIOLOGICAL ATTRIBUTE MAPPING
The biota is characterized by a biologist in terms of recognizable and repeatable biotic assemblages that are called biobands. Biobands are attached, epibenthic species, both plants and animals, that are living in the intertidal zone, usually at characteristic across-shore elevations. In most cases, the biobands are named by a single indicator species (e.g., ‘Zostera’ bioband) but in some cases a characteristic colour/texture descriptor is used for a combination of indicator species (e.g., the ‘ Dark-Brown Kelps’ bioband that includes the lower intertidal, chocolate brown, stalked kelps). All of the biobands represent assemblages of biota and are not intended to indicate the occurrence of a single indicator species.

Each bioband is classified as absent (not observed in the unit), patchy (occurs within less than 50% of the unit) or continuous (occurs within more than 50% of the unit); biobands are nested within across-shore components. The bioband data are searchable and linked to both Unit and Component data.

SHORE STATION GROUND SURVEYS – Shore Station ground surveys provide the opportunity for close-up observations of species and substrates identified during aerial observations and therefore the opportunity to clarify the assumptions made regarding the characteristics of the coastal biobands and geologic substrate during aerial observations. The primary objectives of the shore stations investigations are to (1) obtain specific site information to enhance our knowledge and understanding of mapping classifications in a given area; (2) conduct detailed, site specific observations of substrate, morphology and biota at selected shore locations to better understand coastal processes and ecology; (3) collect detailed physical and biological measurements; (4) collect information on species assemblages to complement the aerial perspective of biobands; (5) document regional differences in the biota present in the biobands; and (6) to make this information publically available by adding it to the existing ShoreStation data on-line.

Both geomorphologic and biological information is acquired using the ShoreZone classification definitions provided in the ShoreZone protocol. Across-shore profiles are surveyed for width, elevation, sediment composition, geomorphology, and biota. The data are systematically recorded in Shore Station databases. Field photos are systematically recorded and are linked to the survey notes. Survey profiles are plotted to a common datum. Given sufficient funding the geographic extent of the ground survey should reflect the geographic extent of the aerial survey, should be planned for a similar tide window, and should include each habitat type within the survey area. Sediment samples may be required to be taken at shore stations to archive for hydrocarbon analyses in the event of a local or regional oil spill.

Transects will be conducted using the Emery profiling technique. A transect line is laid out perpendicular to the shoreline to measure beach length and slope with descriptions of biotic and geomorphic features recorded at points along the transect. Across-shore profiles are measured to describe details of the geomorphic features at the shore station. Elevations are measured from the uppermost supratidal zone, from the ‘marine limit’, as defined by the edge of terrestrial vegetation, across the shoreline to the waterline. See Figure 1 below. All biological species are recorded in the across-shore components and their relative abundance (e.g. rare, few, common, abundant). Complete photo documentation of the beach is a priority and must be georeferenced at a high-resolution.

Substrate categories recorded at ground stations in ShoreZone are defined according to the standard size classes and nomenclature of the Wentworth scale. Most substrate definitions are for ‘sediment’ substrates and defined by the sizes of the particles (or ‘clasts’). The two substrate types found at the bottom of the list are ‘biogenic’ and are formed by biological processes. On surveyed transects at the ground station, the substrate observations are recorded for each interval along the across-shore profile. Combinations of multiple substrates are often observed and are listed on the profile in order of relative abundance. Thin layers or veneers of one substrate or more over top of another can also be observed. These veneers are listed as substrates ‘over’ substrates (e.g., boulder, cobble over bedrock).

Shore Station data must be presented as a GIS layer. The data base must provide a list of species observed with representative photos. The data base must also have the capability to query the data by region, locale, station, select ShoreZone attributes (habitat class, biobands, etc.), and by species or species groups at a minimum. Data must include fully FGDC compliant metadata files for all ArcGIS feature classes. The ShoreStation datasets shall be combined with the existing datasets and be made accessible to the public on the NMFS website. The contractor shall provide technical support to NMFS for any problems that arise when combining the new datasets with the existing datasets.

Currently the Shore Station database houses over 400 ShoreZone Shore Stations that have been visited since 2002 throughout the Gulf of Alaska (including southeast, Prince William Sound, the outer Kenai Peninsula, Kodiak Island archipelago, Cook Inlet, and the Katmai National Park coast) and in Bering Strait, Kotzebue Sound, the Chukchi Sea and the Beaufort Sea. This online database has been designed to provide easy access to Shore Station data via a query able display of stations at local and regional geographic scales and the ability to download species lists and photos. The ground stations are ‘point features’ that are spatially linked to the Alaska ShoreZone web enabled database. New data collection must be compatible with the existing data formats.

OTHER SHOREZONE PRODUCTS – ShoreZone data can be used to generate products that are relevant to ecosystem, habitat, and fisheries management. The high resolution, attribute rich dataset is conducive to habitat modeling. The dataset is suitable for development of habitat capability models for various fish, shellfish and invertebrate species. It has been used to predict habitat use by green crab and pacific herring and it was used for sea cumber management applications. The landscape scale of dataset also makes it a useful tool for extrapolation of site data over broader spatial ranges. The ShoreZone data was used for management of marine debris. Various applications of the ShoreZone data have been developed for oil spill response.

ShoreZone has a public outreach component. NMFS maintains the ShoreZone data online and makes it accessible to the public at no cost. NMFS wants this data to be both physically and intellectually available to the public. Task orders may be issued to provide support for making the data physically and intellectually available to the public.

ShoreZone products requested may include the development of habitat capability/suitability models and extrapolation of the data base for specific purposes. Task orders may include: development of oil spill response tools; requests for training, webinairs, or presentations; development of reference manuals; development of training materials; development of ShoreZone publications, brochures, posters, or other informational materials; providing mounted ShoreZone photos; providing additional written reports and special analyses; copies of datasets; technical support for the full ShoreZone dataset maintained by NMFS; and developing potentially new applications of the ShoreZone dataset.

In some areas of the state, along the Arctic coast, ShoreZone mapping has been done from existing imagery. The contractor researched the available imagery and collected it from the source. Existing imagery may need to be used for other parts of Alaska as well for areas that are too remote or for areas where a permit cannot be acquired for aerial surveys (potentially Saint George and Saint Paul Islands). Future task orders may also include gathering, analyzing, and mapping ShoreZone habitats from existing imagery.

SUBMISSION OF DOCUMENTATION:

NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit, in writing the following: (1) name, address, a point of contact, telephone number, Data Universal Numbering System (DUNS) number, and a brief narrative regarding its capability to provide the services as described above; (2) a minimum of 3 examples of current and/or recently completed projects of the same or similar type of service described above. Include projects within the past 3-5 years, a brief description of the project, customer name, customer contact point and telephone number, timeliness of performance, customer satisfaction, and dollar value of the project; (3) State if your company is a Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business and provide proof of Small Business Administration (SBA) HubZone certification; (4) Indicate whether your firm will submit a proposal for this project , if this project is set-aside for HubZone Small Business ,or Service-Disabled Veteran-Owned Small Business; (5) Indicate all applicable personnel and sub-contractors proposed to work on a contract arrangement. Firms submitting responses shall provide information that validates whether your company can meet the qualification criteria listed above. The capabilities will be evaluated solely for the purpose of determining if small business a set-aside is appropriate. The Government must ensure there is adequate competition among the potential pool of firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by email to Crystina Elkins at Crystina.R.Elkins@noaa.gov by Monday, April 29, 2013 at 3:00 pm, local Pacific Standard Time, Seattle, Washington. Questions of any nature may be addressed IN WRITING to Crystina Elkins at the email address noted above. NO TELEPHONE INQUIRIES WILL BE HONORED. Submissions should not exceed 10MB since the NOAA email system may reject the message as being too large.

DISCLAIMER:

This RFI is issued solely for information gathering purposes and does not constitute a formal solicitation for proposals. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Respondents are advised that NOAA is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. Response to this RFI is strictly voluntary and is not required for participation in any future potential solicitation(s) on this topic. All costs associated with a response to the subject RFI are at the contractor’s own expense. Submissions may be reviewed by the Government, including NOAA and partner Federal Agencies and their immediate contractor staff.

URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS5000-13-01465/listing.html
OutreachSystems Article Number: 130416/PROCURE/0398
Matching Key Words: filming; 

Department of the Army, U.S. Army Corps of Engineers, USACE District, Huntington, USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street,Department of the Army Huntington, WV 25701-2070

R–3D Modeling and Anchor Borehole Analysis (ABA) Tool application change to upgrade the original system that was created solely for the US Army Corps of Engineers. W91237-13-T-0041 042913 Samantha Stanley, 304-399-5705 USACE District, Huntington 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; proposals are being requested and a written solicitation will not be issued.

1. Action Code: S

2. Date: 0325

3. Year: 2013

4. Contracting Office Zip Code: 25701-2070

5. Classification Code:
R499 – Bluestone 3D Model and Anchor Borehole Analysis (ABA) Tool application

6. Contracting Office Address:
US Army Corps of Engineers, Huntington District, 502 8th Street, Huntington, WV 25701

7. Subject: R499 – Bluestone 3D Model and Anchor Borehole Analysis (ABA) Tool application

8. Proposed Solicitation Number: W91237-13-T-0041

9. Closing Response Date: 29 April 2013

10. Contact Points:
Samantha Stanley, Contract Specialist, (304) 399-5705

11. Contract Award Number: N/A

12. Contract Award Dollar Amount: N/A

13. Contract Line Item Number: N/A

14. Contract Award Date: N/A

15. Contractor: N/A

16. Description: The minimum Government need is a 3D Modeling and Anchor Borehole Analysis Tool application change to upgrade the original system that was created solely for the US Army Corps of Engineers. The modeling system must be updated to be compatible with MicroStation Version 8i and retain all of the functionality of the original program.
The proposed awardee is Stantec Consulting Services, Inc., 1409 North Forbes Road, Suite 1, Lexington, Kentucky 40511-2024. This source appears to be the only manufacturer that can provide the program upgrade.

17. Place of Contract Performance: N/A

18.Set-Aside Status: N/A

Place of Performance: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV 25701-2070 US URL: https://www.fbo.gov/spg/USA/COE/DACA69/W91237-13-T-0041/listing.html
OutreachSystems Article Number: 130413/PROCURE/0066
Matching Key Words: state!ky; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

U — VERTICAL WIND TUNNEL RENTAL H92244-13-T-0185 052313 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0006, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Vertical Wind Tunnel Rental; up to 75 consecutive hours from 11 August 2013 to 8 September 2013. Facility must be located within a 30 mile radius of Eloy AZ to coincide with other active/on-going training.
QTY: 75 HOURS
FOB ORIGIN

Section I Clauses

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-29 F.o.b. Origin Feb-06
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 23 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0185/listing.html
OutreachSystems Article Number: 130412/PROCURE/0102
Matching Key Words: film?; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA National Cemetery Administration Centralized Contracting Division, Department of Veterans Affairs National Cemetery Administration, 155 Van Gordon;Suite 510;Lakewood, CO;80228

99–Sod Needed for Winter Burial @ Fort Logan National Cemetery VA78613Q0221 042213 Geraldine Herrera 303-914-5703 geraldine.herrera@va.gov NOTICE: ThisVA is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Request for Quotation (RFQ) is VA786-13-Q-0221. No other solicitation will be issued in response to this announcement. This announcement will serve as both the synopsis and solicitation. Quotes in response to this combined synopsis/solicitation are due April 22, 2013 by 2:00PM MT and shall be emailed to Geraldine.Herrera@va.gov. Purchase order award will be made to the quoter/offeror whose quote is responsive, and offers the lowest aggregate price to perform the minimum quantities as specified in this announcement. This RFQ document incorporates provisions and clauses which are in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 111421 with a small business size standard of $0.75M. This requirement is set-aside 100% for Service Disabled Veteran Owned (SDVOSB) Small Business Concerns; and only qualified and eligible SDVOSB concerns may be considered for possible purchase order award. The period of performance is thirty (30) calendar days from receipt of a purchase order award. The place of performance where all work will be accomplished is the Fort Logan National Cemetery located at 4400 W. Kenyon Avenue, Denver, CO 80236. Interested parties may contact the Cemetery point-of-contact, James Hughes @ (303)761-0117 to schedule a site visit if necessary. The contractor shall provide both a unit price and total amount for each of the following Contract Line Item Numbers (CLINS). The contractor shall provide all labor, equipment and materials needed to install 60,000 sq feet of Kentucky Bluegrass blend sod, rolled and installed in areas designated by Fort Logan Staff. Fort Logan will prepare areas for installation. Price includes delivery and installation. Fort Logan Staff will coordinate actual delivery dates directly with the vendor as weather permits. Questions regarding this announcement shall be emailed to the Contract Specialist, Ms. Geraldine Herrera at (303) 914-5703. The deadline for receipt of questions is April 17, 2013, 2:00PM MT. Questions can be emailed to Ms. Herrera at Geraldine.Herrera@va.gov. Offerors/quoters must be registered in the System for Award Management (SAM) at https://www.sam.gov to be eligible to receive purchase order award. In addition, SDVOSB concerns must be registered and have an active account in http://www.vetbizregitery.gov to be eligible to receive an award. The selected Offeror must comply with the following commercial services terms and conditions, which incorporates by reference: FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications – Commercial Items – the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions – Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items. The following clauses are included: 52.222-50, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.232-30, 52.232-34, 52.222-41, and 52.222-26. In addition the following clauses are hereby incorporated as an addendum to FAR Clause 52.212-5.
852.203-70
COMMERCIAL ADVERTISING
JAN 2008
852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION JAN 2008
852.233-71 ALTERNATE PROTEST PROCEDURE (MAY 2010) NOTE MAY 2010
852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984
852.273-76 ELECTRONIC INVOICE SUBMISSION OCT 2008
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: Fort Logan National Cemetery;4400 W. Kenyon Avenue;Denver, CO 80236 U.S. URL:https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78613Q0221/listing.html
OutreachSystems Article Number: 130412/PROCURE/0453
Matching Key Words: state!ky; 


Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 041513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-Solicitation Amendment #2, 4/11/13: When the solicitation is released, it will include specific clearance requirements to include completion of a DD Form 254.

Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/46b49c357a34ff6d697932aebac6f69c
OutreachSystems Article Number: 130412/PROCURE/0557
Matching Key Words: age:state!ky; state!ky; 

Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

99 — CBRNE Personal Protective Equipment SP4705-13-T-0002 041613 Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil COMBINEDDefense_Logistics_Agency SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued.
This is a Request for Quote (RFQ) and the solicitation number is SP4705-13-T-0002. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% small business set-aside. The NAICS code is 339113 and the size standard is 500.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil.

The DLA Contracting Services Office intends to procure acquisition on behalf of DLA to provide CBRNE in the event of a Hazmat incident.

Contract Line items:
0001 -3M FR-7500B Respirator
0002 – Tychem F Suits
0003 – Overboots
0004 – Gloves
0005 – Respirator Carriers
0006 – Respirator Canisters
0007 – Chemical Tape
Description of Requirements:
The contractor shall provide focused efforts on developing and executing additions to the GEMSTONE gaming system. Initial focus of development will be on refining existing architecture, and adding flexibility to the system to allow for easier repurposing of the system in accordance with the statement of work. Date (s) and place (s) of delivery and FOB Point:
0001- 0007 N/A Defense Logistics Agency (DLA)
FOB: Destination

Provision at 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition and addendum 52.212-1 ADDENDUM – INSTRUCTIONS TO OFFERORS – - COMMERCIAL ITEMS (JUN 2008)(b)(2) Quote shall be received no later than 20 September, 2012 9:00 A.M (Eastern Standard Time). Fax responses and email response will not be accepted. Submit offers to the address located in Block 9 on Page 1 of SF 1449. Advance copies of the response can be email at Beverly.j.williams@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b)(12) Submit one (1) original copy of the Quote and one (1) copy of the Quote. Within the copy, remove all mention of the contractor’s name.
(4) Technical Quote: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical Quote for the person being proposed to perform the required services.
(8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.
(10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Performance Work Statement. Resume(s) shall describe the proposed personnel’s credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Antoinette J. Gregg, at email address: antoinette.gregg@dla.mil.(End of Provision);52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION
The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal.

(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3)Delivery: Offerors must meet the required delivery date. or if POP: Offerors must be able to start performance on the required period of performance.(4)Responsibility: Offerors must meet the standard for FAR 9.104.; 52.212-3 Offeror Representations and Certification-Commercial Items (APR 2012);52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2012); 52.219-28 Post-award Small Business Program Rerepresentation APR 2009; 52.232-17 Interest (OCT 2010);52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (AUG 2004).
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991).

The resulting contract will be firm-fixed price. The period of performance will be for 30 days after the date of award. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable.

Offerors must be submitted via one of the following methods by 9:00 AM ET, April 16, 2013:Email to: antoinette.gregg@dla.mil; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette J. Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060.

To be eligible for award of a Government contract, contractors must be properly registered in the Government’s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a Quote will be provided any changes/amendments and considered for future award.

See attached equipment list for additional information.

Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22060 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-T-0002/listing.html
OutreachSystems Article Number: 130411/PROCURE/0435
Matching Key Words: writ*; copy; technical; standard; 


Department of the ArmyDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 041513 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/8d49c17ba51b0d9eafd13813e1e7757d
OutreachSystems Article Number: 130411/PROCURE/0528
Matching Key Words: age:state!ky; state!ky; 


General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street Boston MA 02222-1077

R — ART IN ARCHITECTURE for the Land Port of Entry at Derby Line, Vermont GS-01P-13-BZ-P-0006 042913 Kathryn E. Thomas, Contracting Officer, Phone 617-140px-US-GeneralServicesAdministration-Logo.svg565-8826, Fax 617-565-5967, Email kathryn.thomas@gsa.gov – Alexandria L. Kelly, Contract Specialist, Phone 617-565-5724, Fax 617-565-5967, Email alexandria.kelly@gsa.gov The deadline for artist registration is extended until APRIL 29, 2013.
Place of Performance: The Derby Line Land Port of Entry, Derby Line, Vermont. The project site is located between the northbound and southbound lanes of Interstate 91 at the International Boundary in Derby Line, Vermont. Derby Line, VT US URL: https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-13-BZ-P-0006/listing.html
OutreachSystems Article Number: 130411/PROCURE/0531
Matching Key Words: naics!711510; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — CABLE CUTTERS & ACCESSORIES H92244-13-T-0182 052113 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0182, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

Section B Schedule of Supplies and Services

CLIN 0001 VARIOUS CABLE CUTTERS & ACCESSORIES
(SEE EXTENDED DESCRIPTION FOR LISTING AND QUANTITY)
MFR: ROCKSMITH PRECISION MACHINING INC.
QTY: 1 LOT
FOB DESTINATION

Section I Clauses

Following Clauses and Provision applies to this procurement.

CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 8:00 AM Eastern Standard Time (EST) on 21 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0182/listing.html
OutreachSystems Article Number: 130410/PROCURE/0512
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 

Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywinedept of health and human services Road, Room 3000 Atlanta GA 30341-4146

R — Waiting Room-Delivered Video to Enhance Antiretroviral Therapy Readiness, Adherence, and Retention in Care for HIV-Positive Minority Persons SNR56653 041913 Sherrie N. Randall, Contract Specialist, Phone 7704882866, Fax 7704882868, Email iom2@cdc.gov – Teri M Routh-Murphy, Contracting Officer, Phone 770-488-2713, Fax 770-488-2778, Email tnr3@cdc.gov This is a sources sought announcement to determine the availability of potential vendors (including, but not limited to, GSA vendors under the Advertising and Integrated Marketing Solutions SIN 541-5 “Integrated Marketing Services”, small business (e.g. 8 (a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women-owned small business) that can provide support to the Division of HIV/AIDS Prevention (DHAP) to develop a waiting room-delivered video to enhance antiretroviral therapy (ART) readiness and adherence and retention in care for HIV-positive minority persons.

Background:
Research findings from the HIV Prevention Trials Network HPTN052 study published in 2011 concluded that HIV-positive men and women could reduce their risk of transmitting the virus to their sexual partners by 96% when taking oral antiretroviral therapy (ART). The ability of patients to initiate and adhere to a rigorous and complex ART treatment regime is challenging. There are many reasons for failing to initiate treatment or adhering to a precise and consistent medication schedule that is needed for treatment to be successful. Factors shown to influence treatment readiness and decrease adherence include a patient’s comprehension of their HIV infection and treatment recommendations, health beliefs associated with the benefits of therapy, fears or ambivalence about starting treatment, dosing/regime barriers psychiatric/co-morbidity factors, and lack of social or provider support.

The Centers for Disease Control and Prevention’s (CDC) Compendium of HIV Prevention Interventions with Evidence of Effectiveness has identified 8 intervention programs that have demonstrated varying levels of efficacy for improving ART-related outcomes among HIV-positive persons. These programs included six educational/behavioral interventions to improve ART adherence, and two Directly Administered Antiretroviral Therapy (DAART) interventions. All of these interventions are delivered in individual- or small group-level formats and require considerable resources to implement and substantial time commitments from clients. As a result, there is a significant need for treatment readiness/adherence interventions that can be brought to scale quickly, provide maximum coverage, and be sustained at relatively little cost. The development of a video-based structural intervention through this contract directly supports CDC’s High-Impact HIV Prevention framework.

The Patient Protection and Affordable Care Act is poised to bring millions of uninsured people – including many HIV-infected minority persons – into the health care system when it is implemented in 2014. Clinical settings may be increasingly more dependent on adopting simple, low-cost, low-intensity waiting room delivered interventions, which can be administered with minimal staff time as part of routine clinical services, to supplement more intensive but effective interventions that require additional patient or staff time to implement. Stand-alone video-based interventions have been found to be efficacious, low-cost, and require limited staff time or training. The stand-alone video-based approach focusing on encouragement of ART among treatment-naï ve patients and ART adherence among HIV-positive patients in treatment may prove to be an important prevention tool in achieving goals of the National HIV/AIDS Strategy, such as improving health outcomes for persons living with HIV/AIDS and reducing HIV-related disparities and health inequities.

This video also could be a key product to assist CDC’s prevention efforts with HIV-positives. In addition, this video will have broad applicability beyond CDC’s DHAP and should be feasible, practical, and cost-effective to extend to virtually all medical care settings across the U.S. that provide HIV medical care to HIV-positive persons, including Health Resources and Services Administration-funded grantees, Veterans Administration-funded clinical care sites, and all private HIV treatment and care clinics.

Purpose and Objectives:

The purpose of this contract is to develop, beta-test, and refine a brief, video-delivered, waiting room intervention that promotes early initiation of ART among treatment-naïve HIV-positive patients, adherence to ART and retention in care among HIV-positive patients currently on therapy, sexual risk reduction tailored to HIV-positive persons, and patient-initiated discussion of these topics with their providers.

Specific objectives of the contract include the following:

1. Develop a draft theory-based, brief, video-delivered waiting room intervention that promotes early initiation of ART among treatment-naïve clients, adherence to ART and retention in care among HIV-positive patients currently on therapy, and sexual risk reduction tailored to HIV-positive minority persons.
2. Develop “movie style” posters to enhance viewership and a User’s Guide to improve the integration of the video into HIV/AIDS treatment facilities.
3. Conduct a beta-test of the draft video intervention in up to four HIV/AIDS treatment facilities meeting specific programmatic criteria.
4. Document the feasibility and use of this intervention during routine clinical care.
5. Collect observational data and supplemental patient-level medical record data from participating treatment facilities as part of the beta-test of the draft video intervention.
6. Refine the draft video intervention based on analysis of the patients’ reactions.
7. Produce interim and final progress reports.
8. Create and deliver interim data sets and final data sets.

The Vendor shall demonstrate capability with the following requirements:

1. Demonstrate evidence of prior collaboration with governmental or nongovernmental organizations including state and local health departments and other groups that provide HIV prevention and/or treatment services for HIV-positive African Americans and Hispanic/Latinos, including Men Having Sex With Men (MSM).
2. Demonstrate ability to design and produce a video-waiting room intervention for HIV/AIDS treatment facilities.
3. Demonstrate the ability to conduct beta-testing for a video-waiting room intervention.
4. Demonstrate the capacity to design, collect and manage electronic datasets from multiple facilities and the ability to ensure data safety.
5. Demonstrate evidence of ability to create and transfer interim and final data sets to customers.

Capability Statement:

Vendors who believe they have the ability to satisfy all of the above stated objectives are encouraged to submit a capability statement. The capability statements will be evaluated based on the information provided in relation to the objectives and requirements above and the current in-house capacity to perform the work including: (a) knowledge of staff availability, experience, and training; (b) prior completed projects of a similar nature; and (c) examples of prior completed contracts, dollar value of the contracts, references, and other related information.

Capability statements shall include the following information: company name, address, point of contact, phone/fax/email, business size and status (e.g. small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women owned small business) and current GSA Schedules under SIN 541-5, “Integrated Marketing Services”. The remainder of the capability statement should be tailored to the information outlined in this Sources Sought Announcement and must demonstrate that similar work has been performed in the past.

Submission Instructions:

Interested parties having the capabilities necessary to perform the stated requirements may submit capability statement (maximum 10 pages) via email to Sherrie Randall (srandall@cdc.gov). The subject line of the email shall be “Antiretroviral Therapy “. Responses are due no later than April 19, 2013 by 12:00PM EST. Capability statements will not be accepted after the due date.

Disclaimer and Important Notes:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. RESPONSES TO THIS NOTICE WILL NOT BE CONSIDERED ADEQUATE RESPONSES TO A SOLICITATION.

URL: https://www.fbo.gov/spg/HHS/CDCP/PGOA/SNR56653/listing.html
OutreachSystems Article Number: 130405/PROCURE/0528
Matching Key Words: video*; produc*; train*; site?; page?; education*; business*; produce?; instruct*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 052013 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $7 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than May 20, 2013 at 3pm EST.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130404/PROCURE/0075
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesdadept of health and human services MD 20894

R – Audiovisual Duplication Services NIHLM2013715-UHP 041213 Uyen H Phuong, Contracting Officer, Phone 301-496-6127, Fax 301-402-0642, Email phuongu@mail.nih.gov This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research.

The National Library of Medicine (NLM) is conducting a market survey to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses and/or HUBZone small businesses capable of serving the needs identified below.

Background
The National Library of Medicine (NLM) is a federal agency that is part of the National Institutes of Health (NIH) and is located in Bethesda, MD. NLM makes copies of audiovisuals for preservation purposes. Most of the materials to be duplicated are 16mm motion picture films and ¾” U-Matic videotapes. The physical condition of most originals is good; however, there are some items in fair to poor condition.

Purpose
This requirement covers the procedures for all source materials and for copies that are produced for and become the property of NLM. It does not apply to copies requested and paid for by patrons that become the property of the patron. NLM assumes responsibility for ensuring that materials sent for duplication are not subject to copyright restrictions.

All work shall be performed at the vendor’s facility. The schedule of delivery will be determined at the time of the award. It is anticipated that the period of performance will be for a base year with options for two successive one year periods.

Vendor Requirements
Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services needed to complete this project according to the work proposed below. All work performed under this procurement shall be monitored by NLM Project Officer.

This effort is to provide audiovisual duplication services from the following groups:

 Film-to-video transfer
 Video-to-video transfer

This is a Small Business Sources Sought Notice. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disable, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This Sources Sought notice is not a Request for Proposals (RFP), nor is an RFP available. Interested firms responding to this sources sought notice must adhere to the following:

(a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government’s requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages.

(b) The capability statement must identify the responder’s small business type and size; DUNS number; NAICS code; and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses.

(c) All capability statements must be submitted electronically no later than 4:30pm Eastern Standard time on Friday April 12, 2013 to Ms. Uyen Phuong at phuongu@mail.nlm.nih.gov.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013715-UHP/listing.html
OutreachSystems Article Number: 130404/PROCURE/0552
Matching Key Words: video*; film?; duplicat*; produc*; page?; business*; produce?; videotap*; video; audiovisual; serv*; 

FedBizOps – Awards

190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070

R–Geotechnical Engineering Services for the Nashville District U.S. Army Corps of Engineers. W912P5-12-R-0005 Jamie Davies, 615-736-7921 USACE District , Nashville W912P5-13-D-0003 $5,000,000.00 031313 0001 STANTEC CONSULTING SERVICES INC. (809863694)
1409 N FORBES RD STE 1
LEXINGTON, KY 40511-2024 Award posting.
URL: https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-R-0005/listing.html
OutreachSystems Article Number: 130404/AWARDS/0773
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), DE SOL F13PS00238 Description The U.S. Fish and Wildlife Service (FWS) intends to issue a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Design/Build (D/B) Construction, Multiple Award Task Order Contract (MATOC) for the Southeast region (Region 4). This is a competitive, best value, source selection that will be conducted in accordance with Federal Acquisition Regulation (FAR Part 15.3). In using this best value approach, the Government seeks to award to offerors who give the greatest confidence that they will best meet our requirements affordably. Projects are located at U.S. Fish and Wildlife Region 4 sites such as national fish hatcheries and national wildlife refuges in the southeastern United States. The Southeast region consists of the States of Arkansas, Louisiana, Tennessee, Kentucky, North Carolina, South Carolina, Mississippi, Alabama, Georgia, Florida, Puerto Rico, and the Virgin Islands. The MATOC will be for 5 years total consisting of a base year plus 4 one-year renewable options, and will result in award to multiple Design/Builders (D/B). The D/B will be requested to submit proposals on a rotational basis after consideration of individual task orders. Extenuating circumstances such as familiarity with a site or specialized skills may dictate that a particular D/B be chosen out of order at the discretion of the Contracting Officer (CO). There will be two (2) evaluation phases. Phase I (Short-list Criteria) and Phase II (Award Selection Criteria. Only applies to short-listed contractors). The sample Task Order referenced under Award Selection Criteria (Phase Two) is a real project and will be awarded as a task order to the short-listed D/B firm having the best design solution. The contract type will be firm fixed price, indefinite delivery indefinite quantity (IDIQ) contract with individual Task Orders. Each Task Order will have a Guaranteed Maximum Price (GMP). Task Orders may vary in size but are expected to be issued for projects in the $50,0 Overview Reference number: F13PS00238 Issue date: 04/09/2013 Response due: 06/06/2013 02:00 PM ET Set Aside: N/A NAICS: PSC / FSC: Agency: DOI Contracting office: FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 Atlanta, GA 30345-3310 Place of Performance: Contact: Walter Cowan Phone: Fax: Email: walter_cowan@fws.gov Vendors conference: Location: Details: NO PREPROPOSAL CONFERENCE IS SCHEDULED For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130410/SMALL/0717
Matching Key Words: state!ky; 

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Auditing assistance with COT SOC 2 RFP : 1300000345 Aud SOL Auditing assistance with COT SOC 2 RFP : 1300000345 Auditor Of Public Accounts Pro Services Request for Proposals(RFP) Published On : 4/15/13 Amended On : 4/15/13 Closing On : 4/26/13 4:30 PM EDT Time Left: 10 Days, 04:48:39 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130417/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Services and Equipment for Lane Closure on William B. Natcher Br SOL UK-1250-13 Services and Equipment for Lane Closure on William B. Natcher Bridge For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130417/BID/0381
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – LEGAL SERVICES RFP : 1300000346 Finance – Office Of The SOL LEGAL SERVICES RFP : 1300000346 Finance – Office Of The Secretary Pro Services Request for Proposals(RFP) Published On : 4/12/13 Amended On : Closing On : 4/19/13 4:00 PM EDT Time Left: 4 Days, 04:23:33 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0014
Matching Key Words: age:state!ky; state!ky; 


Connecticut – State Judicial Branch http://www.jud2.ct.gov/BidNotices/bid_login.htm State of Connecticut; 90 Washington Street Hartford, CT 06106; eMail: sue.rushkowski@jud.state.ct.us.

T - Videographer Services – To provide comprehensive digital video p SOL 02-1229 Videographer Services – To provide comprehensive digital video production, duplication and conversion services for the purpose of documenting various training programs.Deadline to Submit Questions: Friday, April 5, 2013 by 4:00 p.m.The due date for this RFP has been revised to Friday, April 26, 2013 at 2:30 p.m.Addendum No. 1 – click here to view Addendum No. 1Commodity Class: 002 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0166
Matching Key Words: video*; duplicat*; produc*; train*; production?; 


Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Spanish Translating, Interpreting Services SOL RFP 19-13 Spanish Translating, Interpreting Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130416/BID/0314
Matching Key Words: age:state!ky; state!ky; 

Kentucky - Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

R – Document Disposal Paper Shredding SOL 18-13 Document Disposal Paper Shredding For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130414/BID/0203
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Golf OnLine Tee Times, Marketing, RFP : 1300000304 Offi SOL Golf OnLine Tee Times, Marketing, RFP : 1300000304 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 4/11/13 Amended On : Closing On : 5/10/13 3:30 PM EDT Time Left: 28 Days, 04:06:23 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130413/BID/0004
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Jan Svcs Postal Bldg DFSS DBS RFB : 1300000871 Faciliti SOL Jan Svcs Postal Bldg DFSS DBS RFB : 1300000871 Facilities & Support Services Services NPS Request for Bids(RFB) Published On : 4/9/13 Amended On : Closing On : 4/23/13 1:30 PM EDT Time Left: 13 Days, 01:41:18 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130411/BID/0010
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Sponsorship – Goose Creek 5K – EP Tom Sawyer State Park RFP : 1 SOL Sponsorship – Goose Creek 5K – EP Tom Sawyer State Park RFP : 1300000335 Kentucky Department Of Parks Request for Proposals(RFP) Published On : 4/3/13 Amended On : Closing On : 4/10/13 11:00 AM EDT Time Left: 5 Days, 22:54:34 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0026
Matching Key Words: age:state!ky; state!ky; 


Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

R – Progress Report and Vaiour Race to the Top Projects-Intent Only SOL null Document Title: Progress Report and Vaiour Race to the Top Projects-Intent Only Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 04/04/2013 10:02AM Close Date: 04/05/2013 07:59AM Last Changed Date:   Comm-PASS Category: Office, Recreation, Education – Related Equipment, Services & Supplies /  SERVICES-All Other Not Shown or Combinations Issuing Organization: Department of Education / Department of Elementary and Secondary Education Procurement Type: Restricted To Use By Issuing Entity Only Applicable Procurement Law: MGL c. 7, 22, 22N; c. 30, 51, 52; 801 CMR 21.00 and 808 CMR 1.00. For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: Yes Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: Yes Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: ARRA, Federal Stimulus, Copy Editing, Writing, Layout, Proofing Text, RTTT, Alan Mahood, Helene Bettencourt, DESE, ESE, MADOE, DOE, Description: This posting is serving as an Intent only, as required by all ARRA-funded projects. An Intent must be posted prior to the release of a Solicitation on Comm-PASS. The complete RFQ, open to RFR # 811617 awarded vendors ONLY, will be available on Comm-PASS on Friday, April 5, 2013 at 8:00 AM under Document Number 13RFQOPRAM1. Related Solicitation Number: 13RFQOPRAM1-Intent Only For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0040
Matching Key Words: writ*; copy; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – 305 Erickson Hall Office Conversion Drawing 1 Addendum 1Drawing SOL CCK-1868-13 305 Erickson Hall Office Conversion Drawing 1 Addendum 1Drawing 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130405/BID/0374
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Price Contract for a One-Stop Contruction Career Center SOL IFB-3043-0-2013/MBB Price Contract for a One-Stop Contruction Career Center For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130404/BID/0410
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Locksmith Service and Supplies SOL IFB-3044-0-2013/LS Locksmith Service and Supplies For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130404/BID/0411
Matching Key Words: age:state!ky; state!ky;

Kentucky State Procurement

Kentucky State University, Director of Purchasing, ASB 423, 400 East Main Street, Frankfort, KY 40601

R — CURRICULUM DEVELOPMENT/DESIGN SERVICES. RFP-13-06 DUE 17-MAY-2013 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This Request for Proposal is issued to solicit proposals from qualified organizations and individuals to develop and design a curriculum for the Building Bridges to Opportunities, a workforce development program. Bridges to Opportunities Pre-Construction Trades Training is a work readiness program newly created by Kentucky State University (KSU) in partnership with the Kentucky Transportation Cabinet (KYTC) that will consist of providing training and supportive services to individuals in order to help develop a qualified and capable workforce for the Louisville Southern Indiana Ohio River Bridges (LSIORB) Project and other regional construction projects. KYTC and KSU will partner with the Kentucky Education and Workforce Development Cabinet to provide administrative support as well as initial screening and testing for participants in the Bridges to Opportunities program. Bridges to Opportunities will act as a vehicle through which a participant can seek out various existing construction trade training programs and connect with the design build team awarded the contract for the LSIORB Project and other contractors seeking a qualified workforce. SCOPE OF SERVICES: Kentucky State University is requesting proposals for Curriculum Development/Design Services. The organization or individual engaged to provide curriculum development/design services for KYTC will be responsible for duties which include, but are not limited to: 1. Providing the KYTC with general background information and education regarding the design and implementation of a curriculum for work readiness for various trades in the construction industry. 2. Identifying learning objectives for development of qualified individuals to participate in construction trade training programs. 3. Developing and designing a curriculum, to be implemented by KYTC, for work readiness for various trades in the construction industry. Kentucky State University RFP-13-06 Page 7 4. Identifying, accessing, and utilizing appropriate subject matter experts in the curriculum development process.5. Including alternative approaches to accommodate the varying knowledge levels of potential participants as well as the different learning styles that may be present within a group of participants. 6. Formalizing training content into a comprehensive set of documents, including but not limited to: a. Instructor manual including lesson plans, preparation requirements b. Student manual including handouts, study guides, and other training materials c. Evaluation Tools d. Ensuring that content and methods are suitable to older youth and adult learners. 7. Allocate support services funds to assist participants in becoming employed or being retained in employment by contractor or subcontractor. Support services includes: purchasing tools, uniforms, temporary transportation (bus passes), or other emergency funds needed to facilitate employment. 8. Deploying training curriculum at intervals as needed to accommodate participants referred to training by the Office of Employment and Training or Kentucky State University Bridges Staff. 9. Conduct performance evaluation of the services provided under contract. All questions should be submitted in writing to Tonya Montgomery no later than 4:30 p.m. Eastern time on April 23, 2013 and should be faxed to (502) 597-6588. Any questions received after this date and time will be returned unanswered. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130416/KY/2846
Matching Key Words: age:state!ky; state!ky; 


Kentucky State University, Director of Purchasing, ASB 423, 400 East Main Street, Frankfort, KY 40601

U — CURRICULUM DEVELOPMENT/DESIGN SERVICES. RFP-13-06 DUE 17-MAY-2013 Tonya Y. Montgomery, Director of Purchasing, Phone: (502) 597-6434; Website:http://www.kysu.edu/about/divisions/financeandbusiness/procurementservices/Bids_and_+RFPs.htm This Request for Proposal is issued to solicit proposals from qualified organizations and individuals to develop and design a curriculum for the Building Bridges to Opportunities, a workforce development program. Bridges to Opportunities Pre-Construction Trades Training is a work readiness program newly created by Kentucky State University (KSU) in partnership with the Kentucky Transportation Cabinet (KYTC) that will consist of providing training and supportive services to individuals in order to help develop a qualified and capable workforce for the Louisville Southern Indiana Ohio River Bridges (LSIORB) Project and other regional construction projects. KYTC and KSU will partner with the Kentucky Education and Workforce Development Cabinet to provide administrative support as well as initial screening and testing for participants in the Bridges to Opportunities program. Bridges to Opportunities will act as a vehicle through which a participant can seek out various existing construction trade training programs and connect with the design build team awarded the contract for the LSIORB Project and other contractors seeking a qualified workforce. SCOPE OF SERVICES: Kentucky State University is requesting proposals for Curriculum Development/Design Services. The organization or individual engaged to provide curriculum development/design services for KYTC will be responsible for duties which include, but are not limited to: 1. Providing the KYTC with general background information and education regarding the design and implementation of a curriculum for work readiness for various trades in the construction industry. 2. Identifying learning objectives for development of qualified individuals to participate in construction trade training programs. 3. Developing and designing a curriculum, to be implemented by KYTC, for work readiness for various trades in the construction industry. Kentucky State University RFP-13-06 Page 7 4. Identifying, accessing, and utilizing appropriate subject matter experts in the curriculum development process.5. Including alternative approaches to accommodate the varying knowledge levels of potential participants as well as the different learning styles that may be present within a group of participants. 6. Formalizing training content into a comprehensive set of documents, including but not limited to: a. Instructor manual including lesson plans, preparation requirements b. Student manual including handouts, study guides, and other training materials c. Evaluation Tools d. Ensuring that content and methods are suitable to older youth and adult learners. 7. Allocate support services funds to assist participants in becoming employed or being retained in employment by contractor or subcontractor. Support services includes: purchasing tools, uniforms, temporary transportation (bus passes), or other emergency funds needed to facilitate employment. 8. Deploying training curriculum at intervals as needed to accommodate participants referred to training by the Office of Employment and Training or Kentucky State University Bridges Staff. 9. Conduct performance evaluation of the services provided under contract. All questions should be submitted in writing to Tonya Montgomery no later than 4:30 p.m. Eastern time on April 23, 2013 and should be faxed to (502) 597-6588. Any questions received after this date and time will be returned unanswered. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130416/KY/2847
Matching Key Words: age:state!ky; state!ky;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of DefenseDOD AWARDED CONTRACTS

NAVY

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $12,703,078 cost-plus-fixed-fee delivery order (#2002) against a previously issued basic ordering agreement (N00019-10-G-0006) for the development and integration of the joint standoff weapon AGM-154C-1 into the F/A-18E/F aircraft’s H10E operational flight program software.  Work will be performed in Tucson, Ariz., and is expected to be completed in February 2015.  Fiscal 2013 Weapons Procurement Navy contract funds in600px-US-DeptOfNavy-Seal.svg the amount of $7,700,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Harris Corp., Communication Systems, Palm Bay, Fla., has been awarded a modification (P00135) to firm-fixed-price contract (FA8819-08-C-0001) for two counter communications system (CCS) Block 10 increment 1 system upgrades.  The value of this contract modification is $11,323,326 increasing the total contract value from $191,546,750 to $202,870,076.  This modification provides for the exercise of an option for the upgrade of the CCS Block 10 system that will increase the overall capability using new, modified, and/or existing equipment.  Work will be performed in Palm Bay, and is expected to be completed by July 25, 2014.  Fiscal 2013 Air Force procurement funds in the amount of $11,323,326 will be obligated at time of award. Space and Missile Systems Center, Space Superiority Systems Directorate, El Segundo, Calif., is the contracting activity.

Lockheed Martin Aeronautics Co., Marietta, Ga., was awarded a modification (P00182) on contract (FA8625-07-C-6471) for C-5 Reliability Enhancement and Re-engining Program (RERP). The value of this contract modification is $45,651,026 increasing the total contract value from $3,647,439,476 to $3,693,090,503.  The contract modification is for C-5 RERP Lots 3, 4, and 5 Rapid Repair and Response legacy repair efforts.  Work will be performed in Marietta, Ga., and is expected to be completed by Oct. 29, 2014.  Fiscal 2011 through fiscal 2013 Aircraft Procurement funds in the amount of $14,871,979 will be obligated at time of award. Air Force Life Cycle Management Center/WLSK, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Carestream Health Inc., Rochester, N.Y., has been awarded a maximum $45,000,000 modification (P00008) exercising the first option year of a two year base contract SPM2D1-11-D-8302 with one two-year option and one one-year option for digital imaging network-picture archive communications system.  The modification is a fixed-price with economic-price-adjustment contract.  Location of performance is New York, with an April 27, 2015 performance completion date.  Using military servicesDefense_Logistics_Agency are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds.  Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $14,361,600 contract for main rotor blades.  The award is a firm-fixed-price, sole-source contract.  Location of performance is Texas, with a Dec. 31, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2015 Navy funds.  Defense Logistics Agency Aviation, Philadelphia, Pa., is the contracting activity (SPRPA1-09-G-004Y-6091).

River Trading Company LTD*, Cincinnati, Ohio, has been awarded a maximum $12,074,750 firm-fixed-price contract for delivery of bituminous coal.  Location of performance is Ohio and West Virginia, with a May 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 service funded.  Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SPE600-13-D-0651).

Delta Coals LLC.*, Nashville, Tenn., has been awarded a maximum $10,439,880 firm-fixed-price contract for delivery of bituminous coal.  Locations of performance are Tennessee and Virginia, with a May 31, 2014 performance completion date.  Using military services are Army and Marine Corps.  Type of appropriation is fiscal 2013through fiscal 2014 service funded.  Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SPE600-13-D-0652).

PerkinElmer Genetics Inc., Bridgeville, Pa., has been awarded a maximum $9,700,000 modification (P00009) exercising the second option year of a one-year base contract SPM2DE-11-D-7229 with four one-year option periods for newborn screening services.  The modification is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity, performance based service contract.  Location of performance is Pennsylvania, with a May 6, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds.  Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

GXM Consulting LLC., Ashburn, Va. is being awarded a $29,216,585 cost-plus-fixed-fee contract.  This award supports the DARPA Transformative Apps program.  Work will be performed in Ashburn, Va. (50 percent) and Afghanistan (50 percent).  The estimated completion date is April 25, 2014.  Defense Advanced Research Projects Agency, Arlington, Va., is the contracting agency (HR0011-13-C-0042).

600px-US-DeptOfNavy-Seal.svgNAVY

CACI Technologies Inc., Chantilly, Va., is being awarded a $20,150,158 modification to previously awarded contract (N00024-13-C-6322) for professional support services in support of Program Executive Office Littoral Combat Ships.  Services include professional services in the areas of:  program management and acquisition support, technical and engineering support, business and financial management support and logistics support.  Work will be performed in Washington D.C. (89.9 percent); Norfolk, Va. (4.2 percent); San Diego, Calif. (2.2 percent); Panama City, Fla. (1.8 percent); Newport, R.I. (1.3 percent); and Monterey, Calif. (0.6 percent), and is expected to be complete by October 2013.  Fiscal 2013 Research, Development, Test and Evaluation, Fiscal 2013 Operations and Maintenance Navy, Fiscal 2011, 2012, and 2013 Weapons Procurement Navy, and Fiscal 2012 Other Procurement Navy contract funds in the amount of $362,308 are being obligated on this modification.  Contract funds in the amount of $181,334 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Tetra Tech EC Inc., San Diego, Calif., is being awarded a $13,169,685 firm-fixed-price modification to increase the maximum dollar value of task order #0009 under an environmental multiple award contract (N62473-10-D-0809) to exercise options for the soil cover remedy based on the final (100 percent) design for installation restoration Site 2 at Alameda Point.  The work to be performed provides for labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to implement the full soil cover remedy in accordance with the regulatory agencies’ concurrence and acceptance of the final (100 percent) design.  After exercise of the options, the total cumulative contract value will be $23,587,447.  Work will be performed in Alameda, Calif., and is expected to be completed by February 2014.  Fiscal 2013 Base Realignment and Closure, Navy contract funds in the amount of $13,169,685 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Raytheon Co., Space and Airborne Systems, Electronic Warfare Systems, Goleta, Calif., is being awarded a $9,055,384 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0006) to exercise an option for 26 integrated multi-platform launch controllers (IMPLCs) for installation on F/A-18 aircraft.  The IMPLC is a component of the AN/ALE-50(V) countermeasures decoy dispensing set and the integrated defensive electronics countermeasure system.  Work will be performed in Forest, Miss. (66 percent); Goleta, Calif. (25 percent); and Nashua, N.H. (9 percent), and is expected to be completed in November 2015.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $9,055,384 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

HydroAcoustics Inc.*, Henrietta, N.Y., is being awarded a $8,910,574 indefinite-delivery/indefinite-quantity contract with firm-fixed-price and cost-plus-fixed-fee provisions for HLF-1 (HydroAcoustic Low Frequency) series transducers and related technical support services.  The HLF transducers will be used aboard U.S. Navy submarines.  Work will be performed in Henrietta, N.Y., and is expected to be completed by April 2016.  Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $69,634 will be obligated at time of award, and will expire at the end of the current fiscal year.  This contract was not competitively procured under the authority of 41 U.S.C. 2304(c)(1).  The Naval Undersea Warfare Center, Division Newport, Newport, R.I., is the contracting activity (N66604-13-D-1222).

The University of Maryland-Baltimore County, Baltimore, Md., is being awarded a $7,899,583 cost-reimbursement contract for research and development in support of the biologically derived medicines on demand program to provide battlefield medical supply for front line military medics that is responsive to emergency settings and emergent in-theater needs. This contract includes one, 24-month option which, if exercised, would bring the potential value of this contract to $15,598,291.  Work will be performed in Baltimore, Md., and work is expected to be completed April 24, 2015.  If options are exercised, work will continue through April 2017.  Fiscal 2013 Research, Development, Test and Evaluation funds will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement (BAA 12-37), and published on the Federal Business Opportunities website, with twelve offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4023).

MISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., was awarded a sole-source, cost-plus-incentive-fee, cost-plus-award-fee contract modification600px-US-MissileDefenseAgency-Seal.svg (HQ0276) under contract HQ0276-10-C-0001.  The value of this contract modification is $69,386,572, increasing the total contract value from $1,340,453,696 to $1,409,840,268.  Under this modification, the contractor will procure the necessary material, equipment, supplies to conduct the technical engineering to define, develop, integrate and test Aegis Ballistic Missile Defense 5.0 capability upgrade baseline for Navy destroyers.  The work will be performed in Moorestown, N.J., and is expected to be completed May 31, 2014.  Fiscal year 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this initial effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a Foreign Military Sales acquisition.  Missile Defense Agency, Dahlgren, Va., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Sylvan Forest Products Inc.,* Portland, Ore., has been awarded a maximum $63,788,106 modification (P00004) exercising the first option year of a two-year base contract (SPM8E6-11-D-0004)  with three one-year options providing items under the general category of wood products for the West region.  The modification is a firm-fixed-price, tailored logistics support contract.  Location of performance is Oregon, with a May 24, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

S and S Forest Products LLC.*, Boerne, Texas, has been awarded a maximum $63,788,106 modification (P00004) exercising the first option year of a two-year base contract (SPM8E6-11-D-0005) with three one-year options providing items under the general category of wood products for the West region.  The modification is a firm-fixed-price, tailored logistics support contract.  Location of performance is Texas, with a May 24, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

R D Buie Enterprises*, Boerne, Texas, has been awarded a maximum $63,788,106 modification (P00005) exercising the first option year of a two-year base contract (SPM8E6-11-D-0006) with three one-year options providing items under the general category of wood products for the West region.  The modification is a firm-fixed-price, tailored logistics support contract.  Location of performance is Texas, with a May 24, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Forest Products Distributors Inc.*, Rapid City, S.D., has been awarded a maximum $63,788,106 modification (P00004) exercising the first option year of a two-year base contract (SPM8E6-11-D-0007) with three one-year options providing items under the general category of wood products for the West region.  The modification is a firm-fixed-price, tailored logistics support contract.  Location of performance is South Dakota, with a May 24, 2014 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Horry County Department of Airports doing business as Myrtle Beach Aviation, Myrtle Beach, S.C., has been awarded a maximum $7,445,904 contract for fuel.  The award is a fixed-price with economic-price-adjustment contract.  Location of performance is South Carolina, with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0086).

AIR FORCE

Alliant Techsystems Inc., Fort Worth, Texas, was awarded a maximum $31,445,578 firm-fixed-price contract modification (P00030) on FA8106-10-C-0010.  The modification is to continue contractor logistic support servces for the Iraqi Air Force’s Cessna 208s and to provide maintenance student training on both aircraft.  Work wil356px-Seal_of_the_US_Air_Force.svgl be performed in Tikrit, Iraq, and is expected to be completed in April 2014.  This contract involves Foreign Military Sales.  A maximum of $13,762,190 is obligated at time of award.  Air Force Life Cycle Management Center/WLKCL, Tinker Air Force Base, Okla., is the contracting activity.

Raytheon Co., Marlborough, Mass., was awarded a $50,640,962 fixed-price-incentive, firm fixed-price, cost-reimbursement contract for 19 D-RAPCON systems.  The D-RAPCON system is a deployable air traffic control surveillance system that provides a supportable, adaptable, persistent, expeditionary terminal approach and enroute surveillance and control capability for use by joint, coalition and civil aircraft worldwide.  Work will be performed in Massachusetts, and is expected to be completed in December 2016.  Funds in the amount of $24,500,000 will be obligated at time of award.  This award was competitively procured via the Internet with two bids received.  Air Force Life Cycle Management Center/HBAK, Hanscom Air Force Base, Mass., is the contracting activity (FA8730-13-C-0014).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $23,000,000 firm-fixed-price delivery order against a previously issued basic order agreement (N00019-10-G-0004) for Full Rate Production Lot 1 software sustainment support of the E-2D Advanced Hawkeye aircraft.  This delivery order provides all aspects of software management support, including the update and maintenance through the life cycle support and to all the software elements of the weapon system, subsystem and support element levels of the aircraft software.  Work will be performed in Bethpage, N.Y. (86.5 percent); Syracuse, N.Y. (9.7 percent); Marlborough, Mass. (1.3 percent); Greenlawn, N.Y. (1.3 percent), and Woodland Hills, Calif. (1.2 percent), and is expected to be completed in October 2014.  Fiscal 2011 and 2012 Aircraft Procurement Navy contract funds in the amount of $23,000,000 will be obligated at time of award; $14,466,331 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, is being awarded a $15,000,000 modification under a previously awarded cost-plus-fixed-fee contract (N62583-11-D-0515) to exercise option two for environmental services and technologies support at Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif.  The work to be performed provides for environmental services and technology support to satisfy overall operational objectives of the U.S. Navy and Marine Corps installations and to other federal organizations world-wide.  Support services include technology implementation, technical consultation, research and development, testing and evaluation, administrative support, range cleanup, sustainability and management, site operation and maintenance, climate change initiatives, green and sustainable remediation practices development, leadership in environmental and energy design support, and training.  After award of this option, the total cumulative contract value will be $45,000,000.  Work will be performed at various installations world-wide, and work for this option is expected to be completed April 2014.  No funds will be obligated with this award.  No task orders are being issued at this time.  Fiscal 2013 Operation and Maintenance, Navy; Fiscal 2013 Navy Working Capital funds; and Fiscal 2013 Base Realignment and Closure funds will be obligated on individual orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

 Insitu Inc., Bingen, Wash., is being awarded a $7,826,247 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0061) to exercise an option for operational and maintenance services in support of the ScanEagle unmanned aerial systems.  These services will provide electro-optical/infra red and mid-wave infra red imagery in support of land based operations in Operation Enduring Freedom and other overseas contingency operations to provide real-time imagery and data.  Work will be performed in Bingen, Wash., and is expected to be completed in March 2014.  Fiscal 2013 Operations and Maintenance, Navy Overseas Contingency Operations contract funds in the amount of $3,557,385 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

SFS Global LLC., Susanville, Calif., is being awarded a $6,852,525 time and material contract to support U.S. Marine Corps vehicle maintenance services at Production Plant Barstow, Barstow, Calif.  This contract contains options, which if exercised, will bring the contract value to $20,557,574.  Work will be performed at Marine Corps Logistics Base, Barstow, Calif., and work is expected to be completed December 2013.  If the options are exercised, the work will continue through December 2014.  Navy Working Capital funds in the amount of $6,852,525 will be obligated at the time of award and the funds will not expire at the end of the current fiscal year.  This contract was a competitive Small Business Administration 8(a) Program procurement with eight prospective sources inquiring Federal Business Opportunities, with four offers received.  The Marine Corps Logistics Command, Albany, Ga., is the contracting activity (M67004-13-C-0011).

ARMY

Caterpillar Inc., Mossville, Ill., was awarded a $19,834,955 modification (No. P0040), to a previously awarded firm-fixed-price contract (W56HZV-05-D-L424), to attach a machine powered mowing system to the rear of Caterpillar 966H wheel loaders.  The cumulative face value of this contract is $184,730,549.  Work will be performed in Seguin, Texas, and Warren, Mich.  A combination of fiscal 2011 and fiscal 2012 procurement contract funds will be obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

The Boeing Co., Mesa, Ariz., was awarded a $19,633,750 modification (No. P00022), to a previously awarded firm-fixed-price contract (W58RGZ-09-C-0147), for the procurement Apache Block III AH-64D helicopters and related support.  This contract is in support of Foreign Military Sales for Taiwan.  The total cumulative face value ofDepartment of the Army this contract is $624,462,536.  Fiscal 2009 procurement contract funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price contract with a maximum value of $17,334,260 for flood control and emergency repair services.  Work will be performed in Absecon, N.J.  Fiscal 2013 procurement contract funds will be obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, Philadelphia, Pa., is the contracting activity (W912BU-13-C-0014).

PRIDE Industries, Roseville, Calif., was awarded a modification (No. P00049), to a previously award firm-fixed-price contract (W9124J-09-C-0014), with a maximum value of $14,302,730 to provide services in support of the Fort Polk, La., Directorate of Public Works.  The total cumulative face value of this contract is $85,332,150.  Fiscal 2013 Operations and Maintenance, Army contract funds will be obligated on this award.  The Army Contracting Command, Fort Polk, La., is the contracting activity.

Avisco Inc., Oak Ridge, Tenn., was awarded a firm-fixed-price contract with a maximum value of $12,066,732 for construction services.  Fiscal 2013 procurement contract funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, Nashville, Tenn., is the contract activity (W912P5-13-C-0001).

Acme Concrete Paving Inc., Spokane, Wash., was awarded a firm-fixed-price contract with a maximum value of $11,870,000 for construction and repair services.  Work will be performed in Minot Air Force Base, N.D.  Fiscal 2013 procurement contract funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-13-C-0007).

Prototype Engineering Inc., Gardena, Calif., was awarded a firm-fixed-price contract with a maximum value of $10,736,912 for the overhaul services in support of the UH-60 Black Hawk.  Work location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0095).

Department of the ArmyGreat Lakes Dredge and Dock LLC., Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $9,452,419 for dredging services.  Work location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-D-0001).

ImSAR LLC., Springville, Utah, was awarded an $8,760,829 modification (No. 0006), to a previously awarded cost-plus-fixed-fee contract (W911QY-12-D-0011), for research services in support of the ultra-small aperture radar.  The total cumulative face value of this contract is $32,760,829.  Fiscal 2013 procurement contract funds are being obligated on this award.  The Army Contracting Command, Natick, Mass., is the contracting activity.

Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price contract with a maximum value of $7,771,800 for maintenance dredging services.  Work will be performed in Plaquemines, La.  Fiscal 2013 procurement contract funds are being obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0021).

Raytheon Co., Marlborough, Mass., was awarded an indefinite-delivery, firm-fixed-price contract with a maximum value of $7,500,000 for the production of hardware components in support of the multiplexer integration and digital communications satellite subsystem automation system.  Work location and type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0044).

Capco Inc., Grand Junction, Colo., was awarded a firm-fixed-price contract with a maximum value of $7,259,702 for procurement of parts in support of the M205 lightweight tripod for heavy machine guns.  Work will be performed in Anniston, Ala.  Type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0088).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

The Caesar Rodney School District was awarded a $7,952,602 firm-fixed-price, service contract with one base period plus four option periods for a total of 60 months.  The contract provides comprehensive education program services for grades Kindergarten through twelth, servicing eligible dependent children of Department of Defense personnel residing on Dover Air Force Base, Del.  Work will be performed at Dover through June 30, 2014.  The contracting activity is DoDEA/DDESS, Peachtree City, Ga. (HEVAS6-13-C-0001)

ARMY

Magnificus Corp., Washington, D.C, (W91YTZ-13-D-0010); GTW Consultants and Associates LLC., San Antonio, Texas (W91YTZ-13-D-0011); Quarterline Consulting Services LLC., McLean, Va., (W91YTZ-13-D-0012); Aliron International Inc., Bethesda, Md., (W91YTZ-13-D-0013); TistCorp II, San Antonio, Texas, (W91YTZ-13-D-0014); Chesapeake Government Health Services, Vienna, Va., (W91YTZ-13-D-0015); Matrix Providers Inc., Monument, Colo., (W91YTZ-13-D-0016); and Distinctive Spectrum Healthcare Joint Venture, Largo, Md., (W91YTZ-13-D-0017); were awarded a firm-fixed-price, multiple-award-task-order contract with a maximum amount of $485,000,000 for physician services.  Work location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 33 bids received.  The Army Medical Command, Washington, D.C., is the contracting activity.

General Dynamic Land Systems Inc., Sterling Heights, Mich., was awarded a modification (No. P00019), to a previously awarded fixed-price-incentive contract (W56HZV-11-C-C002), with a maximum value of $180,399,976 to extend the ground combat vehicle technology development phase by six months.  Fiscal 2013 Research,Department of the Army Development, Testing and Evaluation, Army contract funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

BAE Systems Land and Armaments LP., Sterling Heights, Mich., was awarded a modification (No. P00019), to a previously awarded fixed-price-incentive contract (W56HZV-11-C-C001), with a maximum value of $159,481,403 to extend the ground combat vehicle technology development phase by six months.  Fiscal 2013 Research, Development, Testing and Evaluation, Army contract funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Combined Technical Services LLC., Albuquerque, N.M., was awarded a cost-plus-fixed-fee contract with a maximum value of $50,000,000 to provide services in support of the Army Operational Test Command.  Work location and type of appropriation will be determined with each order.  Five bids were solicited, with five bids received.  The Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-13-D-0005).

BAE Systems Land and Armaments L.P., York, Pa., was awarded a $28,744,284 modification (No. PZ0042), to a previously awarded firm-fixed-price contract (W56HZV-09-c-0408), to procure M88A2 heavy equipment recovery combat utility lift and evacuation system vehicles.  Work will be performed in York, with an estimated completion date of March 31, 2014.  Fiscal 2012 procurement contract funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Thales Raytheon Systems Co., LLC., Fullerton, Calif., was awarded a $23,147,096 modification (No. P00003), to a previously awarded firm-fixed-price contract (W31P4Q-13-C-0082), to procure Sentinel Mode 5 Identification Friend or Foe kits and spares.  The total cumulative face value of the contract is $30,442,096.  Fiscal 2013 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum, Md., was awarded a $19,500,000 modification (No. P00024), to a previously awarded cost-plus-fixed-fee contract (W15P7T-11-C-H267), to provide services in support of the vehicle and dismount exploitation radars.  The total cumulative face value of the contract is $177,447,882.  Work will take place in Afghanistan.  Fiscal 2013 Operations and Maintenance contract funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Caterpillar Inc., Mossville, Ill., was awarded a $10,806,995 modification (No. P00009), to a previously awarded firm-fixed-price contract (W56HZV-09-D-0027), to provide services in support of the deployable universal combat earthmover vehicles.  The total cumulative face value of the contract is $67,103,467.  Fiscal 2013 procurement contract funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Wolf Creek Federal Services Inc.*, Anchorage, Alaska, is being awarded a $20,043,966 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operating support services primarily at Naval Air Station Whidbey Island and Naval Station Everett.  The maximum dollar value including the base period and three option years is $79,862,676.  The work to be performed provides for bachelor housing services; facility management services; facility investment services; pest control services; integrated solid waste management services; pavement clearance services; utilities maintenance and operations services to include electrical, gas, wastewater, steam, and water; base support vehicles and equipment; crane services; and environmental services with services to commence in fiscal 2014.  Work will be performed primarily in Oak Harbor, Wash. (94 percent); Everett, Wash. (5 percent); and other locations within the Naval Facilities Engineering Command Northwest area of responsibility (1 percent), and is expected to be completed by September 2014.  Fiscal 2014 Operation and Maintenance, Navy contract funds in the amount of $100,000 are obligated on this award (subject to the availability of funds), none of which will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Wash., is the contracting activity (N44255-13-D-8008).

Northrop Grumman Aerospace, Hollywood, Md., is being awarded a $13,461,795 modification to existing indefinite-delivery/indefinite-quantity contract (N00164-07-D-8W05) to add three additional years to the contract and to add two contract line items to procure (V)4 Electronic Surveillance Enhancement (ESE) kits and technically refreshed ESEs used in the AN/SLQ-32 anti-ship missile system.  The maximum estimated contract ceiling will be increased to $43,030,444 and will have an ordering period of three years after award of the modification of the contract.  Work will be performed in Goleta, Calif., and is expected to complete by April 2016.  Fiscal 2013 Other Procurement, Navy funding in the amount of $2,100,000 will be obligated at time of award, and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity.

SEDNA Digital Solutions LLC., Manassas, Va., is being awarded a $10,181,599 cost-plus-fixed-fee contract for engineering and technical services for high fidelity simulation/stimulation and common processing system software development.  This effort is the result of Small Business Innovation Research topic number N05-059, high fidelity front end simulation for complex physics based processing system.  It is inclusive of engineering services and support for the development integration, test, demonstration and certification of a high fidelity sensor level stimulation and common processing system.  The contract includes options, which, if exercised, would bring the cumulative value of this contract to $56,069,678.  Work will be performed in Manassas, Va. (87 percent); Red Lodge, Mont. (9 percent); Jefferson, Md. (3 percent); and Rogersville, Mo. (1 percent), and is expected to be completed by September 2017.  Fiscal 2013 Research, Development, Testing and Evaluation funding in the amount of $50,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(5), Authorized or Required by Statue 15 U.S.C. 638 (r) Aid to Small Business.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-6272).

Aces Enterprises LLC.*, Dunlap, Ill. N68936-13-D-0007; Archer Technologies International Inc.*, Shawnee, Okla. (N68936-13-D-0008); LC Engineers Inc.*, Rahway, N.J. (N68936-13-D-0009); Natel Engineering Co.*, Inc., Chatsworth, Calif. (N68936-13-D-0010); New Directions Technologies Inc.*, Ridgecrest, Calif. (N68936-13-D-0011); and Omni Inc.*, Wichita, Kan. (N68936-13-D-0012), are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the procurement of advanced technology products for the Naval Air Warfare Center Weapons Division (NAWCWD) Applied Manufacturing Technology Division.  NAWCWD intends to procure various types of products, manufactured from several different materials, in different forms, shapes, sizes, and complexity.  These products will be procured for rapid delivery, ranging from single part requests to full production quantities, in support of on-going immediate response requirements.  The aggregate not-to-exceed amount for these contracts is $9,850,000, and the companies will have the opportunity to compete on individual task orders.  Work will be performed in the possible following locations of Dunlap, Ill.; Shawnee, Okla.; Rahway, N.J.; Chatsworth, Calif.; Ridgecrest, Calif.; and Wichita, Kan., as the task orders are determined.   Work is expected to be completed in April 2018.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; six offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Signature Flight Support Corp., Bedford, Mass., has been awarded a maximum $7,910,504 contract for fuel.  The award is a fixed-price with economic-price-adjustment contract.  Location of performance is Massachusetts with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force,Defense_Logistics_Agency and Marine Corps.  Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0012).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Northrop Grumman Systems Corp., Aerospace Systems Sector, San Diego, Calif., is being awarded a $35,696,841 contract modification (P00490) of F33657-01-C-4600 for Global Hawk engineering and manufacturing development.  The total cumulative face value of the multi-year contract is $2,297,747,550.  Work will be performed at San Diego, Calif., and is expected to be completed by January 2017.  Type of appropriation is fiscal 2013 and 2014.  Air Force Life Cycle Management Center/WIGK, Wright-Patterson Air Force Base, Ohio is the contracting activity.

Raytheon Space and Airborne Systems, El Segundo, Calif., is being awarded a $7,790,000 indefinite-delivery/indefinite quantity (IDIQ) contract for acquisition of Raytheon GPS Selective Availability Anti-Spoofing (SAASM) modules.  The IDIQ will provide authorized Department of Defense and Foreign Military Sales users with GPS SAASM.  The total minimum value of the contract is $250,000; the total maximum value is $7,790,000.  Work will be performed at El Segundo, Calif., and ordering under this IDIQ is expected to be completed by March 31, 2016.  The contract involves foreign military sales.  Space and Missile Systems Center/GDK, Los Angeles Air Force Base, Calif., is the contracting activity (FA8807-13-D-0003).

NAVY

Scott Technologies Inc., Monroe, N.C., is being awarded an $11,771,120 firm-fixed-price contract for self contained breathing apparatuses and corresponding cylinders600px-US-DeptOfNavy-Seal.svg and valve assemblies for the government of Taiwan (100 percent) under the FMS program.  Work will be performed in Monroe N.C., and work is expected to be completed Sept. 15, 2013.  The maximum dollar value of this contract is $11,771,120.  FMS funds in the amount of $11,771,120 will be obligated at the time of award, and contract funds will expire at the end of the current fiscal year.  The contract was awarded non-competitively through a General Administration Services schedule (GS-07-F-9563G).  Naval Supply Systems Command Fleet Logistics Center, San Diego, Calif., is the contracting activity (N00244-13-F-0126).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Ace Technology Partners LLC., Arlington Heights, Ill., (FA8732-13-D-0014); CDW Government LLC., Vernon Hills Ill., (FA8732-13-D-0013); CounterTrade Products Inc., Arvada Colo., (FA8732-13-D-0015); FedStore Corp., Rockville Md., FA8732-13-D-0010); General Dynamics IT, Needham Mass., (FA8732-13-D-0016); Intelligent Decisions Inc., Ashburn Va., (FA8732-13-D-0011); Iron Bow Technologies LLC., Chantilly Va., (FA8732-13-D-0017) and World Wide Technology Inc., Maryland Heights Mo.,(FA8732-13-D-0012) are being awarded a maximum $6,900,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract  for Network Centric Solutions (NETCENTS-2) Netcentric Products.  An initial obligation of $2,500 will be issued to each of the awardees utilizing fiscal 2013 appropriation.  This contract vehicle is mandatory for the purchase of netcentric products for Air Force customers.  This contract vehicle will provide for commercially available off-the-shelf products to support the Internet Protocol Network and will include the following categories of netcentric products and associated support worldwide: networking equipment, servers/storage, peripherals, multimedia, software (not included on other enterprise licenses), and identity management/biometric hardware and associated software.  Because this is an ID/IQ, the location of performance is not known at this time and will be cited on individual delivery orders.  Generally, work will be performed at Air Force facilities.  The period of performance is six years.  The ordering period is a three year basic period with three, one-year option periods if exercised.  This was a competitive acquisition and the awards are the result of corrective action taken by the Air Force in 2012.  The contracting activity is Air Force Life Cycle Management Center/HICK, Maxwell Air Force Base-Gunter Annex, Ala.

The Boeing Co., Integrated Defense Systems, Seattle, Wash., is being awarded an $11,418,173 firm-fixed-price, fixed-price-incentive-firm, cost-plus-fixed-fee contract (F19628-01-D-0016 Delivery Order 67 Modification 4) re-baseline of French mid-life upgrade delivery order 67 schedule due to impacts of the partial stop work order issued June 19, 2012.  Total cumulative face value of the contract is $354,124,956.  Work will be performed at Seattle, Wash., and is expected to be completed by Dec. 31, 2015.  Contract involves foreign military sales.  The contracting activity is Air Force Life Cycle Management Center/HBSKI, Hanscom Air Force Base, Mass.

 L-3 Vertex Aerospace LLC., Madison, Miss., is being awarded a not-to-exceed $45,202,205 firm-fixed-price contract modification (P00012) to extend FA8I06-IO-C-0012 for 12 months for contractor logistic support for the Iraqi Air Force C208 and C172 aircraft and for maintenance students training on both aircraft without a break in service.  Work will be performed at Tikrit Air Base, Iraq, and work is expected to be completed by April 20, 2014.  The contract involves foreign military sales.  The contracting activity is Air Force Life Cycle Management Center/WLKLC, Tinker Air Force Base, Okla.

BAE Systems Information and Electronics Systems Integration Inc., Greenlawn, N.Y., is being awarded a $34,278,736 firm-fixed-price contract for 336 AN/APX-125 F-16 Mode 5 Advanced Identify Friend/Foe units.  Work will be performed at Greenlawn, N.Y., and work is expected to be completed by May 31, 2015.  Contract involves foreign military sales.  The contracting activity is Air Force Life Cycle Management Center /WWMK, Wright Patterson Air Force Base, Ohio., (FA8615-13-C-6014).

DEFENSE LOGISTICS AGENCY

Altec Industries Inc., Birmingham, Ala., has been awarded a maximum $177,500,000 contract for procurement of commercial type trucks and trailers.  The award is a fixed-price with economic-price-adjustment contract.  Location of performance is Alabama with an April 18, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0013).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $85,153,904 for procurement of eight different types of spare part items for radio receivingDefense_Logistics_Agency sets, low frequency automatic direction finders, and tactical navigation systems for Army helicopters.  The award is a firm-fixed-price, sole-source, ID/IQ long term contract.  Location of performance is Iowa with an April 18, 2016 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2013 Army Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Md., (SPRBL1-13-D-0011).

The Class Produce Group,* Jessup, Md., has been awarded a maximum $47,930,784 contract for fresh fruit and vegetable support for Department of Defense ship and export customers in Virginia.  The award is a fixed-price with economic-price-adjustment, indefinite-quantity contract.  Location of performance is Maryland with an Oct. 18, 2014 performance completion date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-P189).

Golden State Medical Supply,* Camarillo, Calif., has been awarded a maximum $22,433,256 modification (P00044) exercising the fourth option year on SPM2D0-09-D-0001 for various pharmaceuticals.  The modification is a firm-fixed-price, ID/IQ contract.  Location of performance is California with an April 20, 2014 performance completion date.  Using military services are Army, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

 Hardigg Industries Inc.,* South Deerfield, Mass., has been awarded a maximum $19,515,500 modification (P00001) exercising the first option year on SPM8EG-12-D-0001 for footlockers.  The modification is a fixed-price with economic-price-adjustment contract.  Location of performance is Massachusetts with an April 15, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

The Boeing Co., St. Louis, Mo., has been awarded a maximum 14,790,816 contract for airframe structural support components.  The award is a firm-fixed-price, sole-source, definite quantity type contract with no quantity options.  Location of performance is Missouri with an Aug. 31, 2018 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPM4A1-09-G-0004-865W).

I-Solutions Direct Inc. (Metals USA), Fort Washington, Pa., has been awarded a maximum $14,786,372 modification (P00037) exercising the second option year on SPM8EG-10-D-0005 for various metal items.  The award is a fixed-price with economic-price-adjustment, ID/IQ, prime vendor contract.  Location of performance is Pennsylvania with an April 22, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics Electric Boat Corp., Groton, Conn., is being awarded a $20,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-4311) to provide Nuclear Regional Maintenance Department tasks in support of operational nuclear submarines at the Naval Submarine Support Facility, Naval Submarine Base, New London, Conn.  Work will be performed in New London, Conn., and is expected to be completed by March 2014.  Fiscal 2013 Operations and Maintenance, Navy funding in the amount of 20,000,000 will be obligated at time of award, and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Mo., is being awarded a $17,689,518 modification to a previously awarded firm-fixed- price contract (N00019-10-C-0030) for the full rate production of 1,496 precision laser guidance sets (DSU-38/B) and the appropriate shipping containers for the U. S. Navy (509), U.S. Air Force (463) and the governments of Saudi Arabia (496) and Japan (28).  Work will be performed in St. Charles, Mo., and is expected to be completed in February 2015.  This contract combines purchases for the U.S. Navy ($5,575,077; 31 percent); U.S. Air Force ($5,071,239; 29 percent); and the governments of Saudi Arabia ($6,667,232; 38 percent); and Japan ($375,970; 2 percent) under the Foreign Military Sales (FMS) Program.  Fiscal 2013 Procurement of Ammunition, Navy and Marine Corps funds, 2013 Procurement of Ammunition, Air Force funds and FMS contract funds in the amount of $17,689,518 will be obligated at time of award; none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Stemnion Inc.*, Pittsburgh, Pa., is being awarded a $10,291,065 cost-reimbursement contract to provide research and development services in support the Naval Medical Research Center’s cellular combat wound initiative.  This contract contains options, which if exercised, will bring the total value of the contract to $30,276,534.  Work will be performed in Pittsburgh, Pa., and is expected to be completed in April 2014.  If all options are exercised, work will continue through April 2016.  Fiscal 2012 Navy Research and Development contract funds in the amount of $9,469,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C 2304(c)(1).  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity (N62645-13-C-4014).

Advanced Crane Technologies, LLC*, Reading, Pa. (N62470-13-D-4016); Crane Technologies Group, Inc.*, Rochester Hills, Mich. (N62470-13-D-4017); and HECO-Pacific Manufacturing, Inc.*, Union City, Calif. (N62470-13-D-4018), are each being awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment of varying types and lifting capacities located primarily within Navy, Marine Corps, and other federal activities worldwide.  The maximum dollar value including the base period and four option years for all three contracts combined is $30,000,000.  Work includes but is not limited to, site survey/investigation; design; fabrication; crane rail alignment survey/installation; demolition/removal of existing cranes and equipment in compliance with environmental disposal restrictions; runway/equipment electrification; crane installation; crane testing; and operational training.  Work will be performed for Navy, Marine Corps, and other federal activities worldwide.  Manufacturing or crane fabrication includes sites in Pennsylvania (34 percent), Michigan (33 percent), and California (33 percent).  Work is expected to be completed by April 2018.  Fiscal 2013 Military Construction, Navy contract funds in the amount of $30,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received.  These three contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

CORRECTION (Modification corrected from 10 April, release).

BAE Systems Electronics Ltd, Maritime Services Division, Portsmouth, U.K., for $8,268,703 (N61331-08-C-0012) should have read – This modification will complete production and delivery of Archerfish neutralizers (destructor, mine neutralization, Airborne EX64 Mod 0 Archerfish).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of Veterans Affairs, VA Center for Acquisition Innovation (Frederick), VA CAI Frederick, Acquisition Service- Frederick;Department of Veterans Affairs; 8490 Progress Drive, Suite 100;Frederick MD 21701

U–Initiative 2 – Transformational Leadership SOURCES SOUGHT NOTICE VA119A13I0014 041713 Lee.oliver@va.gov lee.oliver@va.gov 
The U.S. Department of Veteran Affairs (VA) is seeking Small Business sources that are capable of providing support to the VA Learning University (VALU) and its customers (VA’s workforce of 325,000 employees) in the task areas described below. The purpose of this notice is to gather capabilities and market information pertinentVA for acquisition planning. The responses to this Sources Sought notice will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement.
DESCRIPTION OF REQUIREMENT
Contractor will be required to provide support specifically in the genre of Transformational Leadership. The requirement will include:
” Program Management
Training Evaluation
o Training assessment and development of Kirkpatrick Model Level 1 and 2 assessment tools.
” On-Demand Training
o Course catalog and curriculum development
o Delivery of various Transformational Leadership training (including virtual, face to face, and blended methods). Contractor will provide all aspects of delivery including logistics, materials and management.
” Highly Interactive Change Programs
o Provide training that is customized to an individual organization
o Establish and support Communities of Practice
Executive Development
o Executive development training
o Leadership training
o Support for various executive and leadership programs
o Cooperation with institutions of higher education
” Blended Learning
o eLearning development
o Immersive learning
o Video development
SUBMISSION INSTRUCTIONS
THERE IS NO SOLICITATION AT THIS TIME
This Sources Sought notice does not constitute a request for proposals. Submission of any information in response to this Sources Sought notice is purely voluntary. The Government assumes no financial responsibility for any costs incurred.
If your organization has the potential capacity to perform these contract services, please provide a capability statement in the format described below that answers the following questions:
Cover Sheet and Table of Contents- (2 pages)
On the cover page please provide the following information:
1. Organization name, address, DUNS number, and web site.
2. Point of contact to include e-mail address and telephone number.
3. Socio-economic status and applicable NAICS codes.
5. If applicable, GSA contract number, schedule, and SIN category.
6. Table of Contents

Capabilities Statement and Market Information – (10 pages maximum)
Within your capabilities statement please respond to the following:
1. Please describe your organization’s expertise/competency to support and deliver a broad range of training and development courses and opportunities with regard to Transformational Leadership in the areas described above. Please keep in mind that these requirements would have to serve a geographically decentralized customer population of 325,000 people.
2. Please describe any and all expertise you have with large scale professional educational training models.
2. How many and which task areas can your company satisfy alone? How many and which task areas would your company be able to satisfy through the use of subcontracting?
3. Please describe your company’s largest contract awarded to date that is similar in scope to the above task areas. Please include contact information.
4. Please describe any experience with successfully completing critical, high-visibility tasks from a federal Department/Agency Head with short turnaround times. Specifically, how did you approach the task, mobilize to complete the work, and ensure deadlines were met?
5. Please describe any experience with the facilitation and logistics of providing training opportunities to Senior Executives at accredited Institutions of Higher Education.
Capability statements are due by 11:00 AM EST on Monday, May 6, 2013. The page limit for capability statements is 10 pages (not including cover page.) Capability statements must be submitted to Lee Oliver at lee.oliver@va.gov and Terrie Nestor at terrie.nestor@va.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A13I0014/listing.html
OutreachSystems Article Number: 130430/PROCURE/0371
Matching Key Words: video*; train*; you; web; site?; page?; education*; business*; instruct*; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 043013 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-solicitation Amendment #5, 4/29/13: The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 13 May 2013; will have an approximate 21- to 30-day response period; and will include revised periods of performance.

Pre-Solicitation Amendment #4, 4/24/13: The current contract number and Contractor’s name are: W9124D-08-C-0017; Alutiiq Business Services, LLC. When the solicitation is posted on FBO, it will include historical workload data and terms and conditions for submitting a proposal.

Pre-Solicitation Amendment #3, 4/18/13: The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or before 30 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Pre-Solicitation Amendment #2, 4/11/13: When the solicitation is released, it will include specific clearance requirements to include completion of a DD Form 254.

Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/954716d6a5fb80263ca84e2d739df43d
OutreachSystems Article Number: 130430/PROCURE/0451
Matching Key Words: age:state!ky; state!ky; 

Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division Room 3J438 Washington DC 20233

R — New York City Housing and Vacancy 2014 Survey (NYCHVS) DEMO-13-050 051013 Paul W Boesch, Email paul.w.boesch@census.gov REQUEST FOR INFORMATION: The Census Bureau is conducting market research to identify available sources for the proposed services below:
For over 45 years, the U.S. Census Bureau and the City of New York, through the New York City Department of Housing Preservation and Development (NYC-HPD) program,600px-US-DeptOfCommerce-Seal.svg has entered into a series of interagency agreements to conduct the New York City Housing and Vacancy Survey (NYCHVS). The latest agreement is for the 2014 NYCHVS and requires the Census Bureau to acquire services of a contractor approved by NYC-HPD, with in-depth knowledge and experience with the NYCHVS.

The Contractor shall employ the knowledge and experience in undertaking the following tasks:

1. The contractor shall be part of the 2014 NYCHVS planning group and will attend and participate in the bi-monthly planning meetings for all participating Census Bureau divisions and the weekly planning meetings of the Housing and Household Economic Statistics Division (HHES) staff.

2. The contractor shall prepare in writing planning documents in draft form within two weeks of being assign and in final form within four weeks. The contractor shall review and comment in writing on documents prepared by HHES staff in final form within two weeks of being assigned.

3. The contractor shall monitor survey progress through the review of weekly reports on work completed and costs incurred to help ensure that timing and costs meet survey plans in accordance with the contract tasks. Problems will be discussed with the NYCHVS project manager and documented in writing as requested by the NYCHVS project manager within one week.

4. The contractor shall review and recommend improvements in data collection and processing procedures, including all field manuals. Recommendations will be made in writing within four weeks of beginning the review.

5. The contractor shall review and recommend improvements to the specifications for 400+ edits, 165+ recodes, and 50+ imputation algorithms. Recommendations will be made in writing through annotations on the documents reviewed, written reports, or in other forms deemed appropriate by the NYCHVS project manager within four weeks of beginning the review.

6. The contractor shall review data output from over 250 tables and two microdata files for reasonableness and conformity with the 400+ edit, 165+ recode, and 50+ imputation specifications. Comments will be done inwriting through annotations on the documents/tables reviewed, written reports, or in other forms deemed appropriate by the NYCHVS project manager within four weeks of beginning review.

7. The contractor shall review all chapters and related data prepared by the NYC-HPD staff for the 2011 and 2014 analytical reports. Comments will be done in writing through annotations on the documents reviewed and presented to the NYCHVS project manager within four weeks of beginning the review.

8. The contractor shall update in writing the survey history documenting technical, methodological, and procedural changes to include the 2011 and 2014 surveys. Format for the updates will be the same as the format for the current history. The final draft update for the 2011survey will be presented to the NYCHVS project manager by 10/31/2013. The first draft of the 2014 report will be completed and presented to the NYCHVS project manager by 3/31/ 2014. The final draft of the 2014 report will be completed and presented to the NYCHVS project manager by 12/31/2015. The final report will be placed on the Census Bureau’s web site upon approval of the NYCHVS project manager and the NYC-HPD.

9. The contractor shall investigate and document in writing innovative ways to disseminate data through DataFerret. Dissemination through this system is at the approval of the NYCHVS project manager and the NYC-HPD.

10. The contractor shall act as general advisor to the NYCHVS project manager and COTR on all aspects of the 2014 NYCHVS.

The period of performance shall be from the date of award plus 37 months.

The NAICS Code for this acquisition is 541618 Other Management Consulting Services, with a Size Standard of $6.5M.

The government anticipates awarding a Fixed Price contract using Part 15 Negotiated Procurement procedures.The potential contract value is $80,000.00.

HOW TO RESPOND

Interested individuals capable of doing this type of work must submit their capabilities statements, and DUNS number via electronic submission at paul.w.boesch@census.gov. which will be considered within 15 days of the posting of this notice. No information will be accepted by telephone or mail.

Any questions regarding this request may be directed to the provided electronic mail address.

Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

Place of Performance: The place of performance shall be U.S. Census Bureau, Housing and Household Economic Statistics Division, 4600 Silver Hill Road, Washington, DC 20233. US URL:https://www.fbo.gov/spg/DOC/CB/13040001/DEMO-13-050/listing.html
OutreachSystems Article Number: 130427/PROCURE/0338
Matching Key Words: writ*; technical; standard; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

U–Junior Cadet Leadership Course (JCLC) Exercise W9124D13T0031 050113 James, (502) 624-4962 MICC Center – Fort Knox This requirement is for lodging facilities, dining facilities, training facilities, buildings, meal services, furniture, equipment, supplies, management, supervision and labor for JCLC exercise, 28 – 31 May 2013 in Paisley, FL.

NOTICE IS TO IDENTIFY THE NEW POINT OF CONTACT FOR W9124D-13-T-0031.
ENSURE TO CONTACT SSG COCHRAN WITH ANY QUESTIONS ABOUT THIS REQUIREMENT AND
SUBMITTING AN OFFER.
SSG THOMAS COCHRAN
COMM: (502) 624-2054
EMAIL: THOMAS.L.COCHRAN.MIL@MAIL.MI
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/4920731e165e9179cf9278ea3547337c
OutreachSystems Article Number: 130427/PROCURE/0422
Matching Key Words: age:state!ky; state!ky; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — TV Graphic Art Design BBG50-Q-13-0014 050813 LaKeisha S. Washington, Contract Specialist, Phone 202-382-7869, Fax 202-382-7877, Email lkwashin@bbg.govBroadcasting Board of Governors – J.R. Hill, Contract Specialist, Phone 202-382-7846, Fax 202-382-7869, Email chill@bbg.gov 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposals.

The Broadcasting Board of Governors, Office of Contracts intends to establish a Blanket Purchase Agreement for TV Graphic Design services as described in further detail below for the South Asia Division (Urdu Services) in Washington D.C. This acquisition is being issued under the authority of Federal Acquisition Regulation (FAR) Part 13. This announcement constitutes only the solicitation, which is hereby issued as a Request for Proposals (RFP) to establish Blanket Purchase Agreement. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement.

System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION).

The North American Industry Classification System (NAICS) code for this acquisition is 711510 with a small business size standard of $7,000,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business.

Requirement:
The Government intends to award one Blanket Purchase Agreement (BPA); however, the Government reserves the right not to award any BPA. The Government does not guarantee any order placements. Any resultant BPA(s) will be two (2) years in duration; however, either party may terminate the resulting BPA with 30 calendar day’s notice.

The Government seeks to establish a BPA for the performance of T.V. graphic art design services for South Asia Division Urdu Service in Washington D.C.

Description of Services
The contractor shall:

Design, edit, and produce 2-D and 3-D and motion graphics for Urdu Television programs.

Operate independently to create high-quality television graphics which include composite video, graphics, character generated text (Chryon etc), and music, etc.

Produce still and animated graphics for on-air and taped portions of television news broadcasts and weekly shows using electronic video equipment.

Prepare illustrations or rough sketches of material, discussing them with (COR) and making necessary changes.

Edit and update graphics and or information weekly current television shows.

Perform other tasks, occasionally on short notice and with minimal guidance, as assigned by the Contracting Officer Representative (COR), VOA/LD Director and/or Program Manager as related to the graphic requirement

Have access to the Agency’s audio, video, and computer equipment to perform the specific tasks assigned to them.

Government Furnished Property, Data, and or Information:

The Government will furnish expendable supplies, and equipment (e.g., recording equipment) solely for the Contractor’s use while performing the work prescribed herein.

A valid security approval from BBG’s Office of Security is required for the performance of services under this contract. Failure to obtain security approval or any action by the contractor resulting in cancellation of the security approval shall be cause for immediate termination of this contract. Contractor shall not have access to classified material.

Copyright to all work under this Contract belongs to the Broadcasting Board of Governors and VOA.

This contract describes a “work made for hire”. All written material produced under this contract becomes the property of the U.S. Government and as such will be in the public domain Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code” and “Standards of Conduct”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.

Period of Performance:
Base Year: 05/28/2013 – 05/27/2014
Option Year 1: 05/28/2014 – 05/27/2015

Contract Type:
Firm- Fixed Price

Place of Performance:
Broadcasting Board of Governors
330 Independence Ave SW
Cohen Building
Washington, D.C. 20237

Applicable Clauses :
**52.252-1 — Solicitation Provisions Incorporated by Reference (Feb 1998). 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.
-Provision at 52.212-1, Instructions to Offerors (Feb 2012), applies to this acquisition.
-Provision at 52.212-2 — Evaluation — Commercial Items. (Jan 1999) 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 following factors shall be used to evaluate offers (See evaluation factors listed in RFP text on FBO)
By Reference:
52.202-1 Definitions (Jan 2012)
52.203-3, Gratuities (Apr 1984)
52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006)
52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008)
52.212-3 Offeror Representations and Certifications – Commercial Items (Apr 2012) 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2009)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2009)
52.215-2 Instructions to Offerors-Competitive Acquisition.
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-6 Notice of Total Small Business Set-Aside (June 2003)
52.219-8 Utilization of Small Business Concerns (May 2004)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor – Cooperation with Authorities and Remedies (Mar 2012)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (May 2007)
52.222-35, Equal Opportunity for Veterans (Sep 2010)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.227-17 Rights in Data – Special Works
52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (Oct 2003)

*FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

*FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition.
Remember to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. This can be found athttps://www.acquisition.gov/far/current/html/52_212_213.html

Basis for Award:
The procurement is being conducted under FAR Part 15.101-1. The acquisition evaluation will be conducted utilizing a best value -tradeoff source selection process, which seeks to select an offer with the overall best value to meet the Government’s need. Best value is defined as the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101.

The best value will be determined by comparing differences in the value of non-price features in cost to the Government. In making this comparison, the Government is more concerned with obtaining superior technical, non-price features than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall cost to achieve slightly superior technical, non-price features.

Therefore, price/cost is not expected to be the controlling factor in the selection of an offeror, but the degree of importance of cost as a factor could become greater depending on the quality of the proposals for other factors evaluated.

The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award.

A single offeror will be selected who is deemed responsible in accordance with FAR 9.104-1 and whose offer provides the Government with a best value solution.

FAR 52.212-2 Evaluation – Commercial Items (Jan 1999)
(a) 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 following factors shall be used to evaluate offers: Technical Capability, Key Personnel, and Past Performance.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Evaluation Criteria shall include:

Technical Capability :
Offerors must demonstrate an understanding of the performance requirements and an ability to execute them in accordance with the Statement of Work. In evaluating technical capability, the Government will evaluate the offeror’s understanding of the work and soundness of their approach to specifically include an offeror’s ability to provide the required services necessary to successfully execute the SOW requirements. In evaluating the offeror’s technical capability, the Government will evaluate the offeror’s understanding of the complete scope and complexity of performance requirements as it relates to the proposed skill mix and level of effort. This will be evaluated as a measure of the Government’s confidence in the offeror’s ability to plan for, manage, and staff the requirement.
Submissions for technical proposals (resumes) shall not exceed ten (10) pages excluding title pages, table of contents, and graphics.

Key Personnel :
Offerors must demonstrate that they are knowledgeable and skilled in performing the required duties. Offerors must have in-depth experience in graphic design.

Past Performance :
Offerors must demonstrate proof of past performance in work related to this requirement.

Price (non-technical factor):
The offeror shall provide a written price proposal. Prices for services will be for each period of performance are to be labor hours with firm fixed rates and per assignment basis. A Price Proposal that states the Offeror’s proposed annual Total Price based on a 2,080 hours work-year or 260 assignments that will be negotiated with the BBG.

Offers shall be ranked according to the evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. A single award will result from this evaluation.

Proposal Submission :
Proposal must be submitted electronically tolkwashin@bbg.gov or chill@bbg.gov. The due date is Monday, March 6, 2013 at 12PM EST. All proposals as well as inquiries should be sent electronically to: La Keisha Washington, lkwashin@bbg.gov or J.R., chill@bbg.gov

The Contracting Officer will establish call limitations in writing for individuals who are authorized to place calls. The call limit for each individual may vary.

The Government will notify the offeror of the names of individuals who will be authorized to place calls against any resulting BPA. The BPA will identify the names of the individuals authorized to schedule deliveries under the Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE.

Set-Aside: Total Small Business Place of Performance: Broadcasting Board of Governors 330 Independence Ave. SW Washington , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-13-0014/listing.html
OutreachSystems Article Number: 130425/PROCURE/0068
Matching Key Words: naics!711510; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC – Warren (ACC-WRN)(DTA), ACC – Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000

T–Portrait – Oil on Canvas W56HZV13TA103 020813 Brad Zemke, 586-282-6473 ACC – Warren (ACC-WRN)(DTA) 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; proposals are being requested and a written solicitation will not be issued.

I. INTRODUCTION

A. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13.5 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

B. The combined synopsis and Request for Quotation (RFQ) number is: W56HZV-13-T-A103.

C. Posting Date: 25 January 2013

D. Response Date: 08 February 2013

E. Contracting Office: Army Contracting Command – Warren (ACC-WRN) 6501 E. Eleven Mile, Warren, MI 48397.

F. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 17 January 2013.

G. The NAICS code applicable to this acquisition is 711510. Offeror must be certified under this NAICS code prior to receiving an award.

H. This Combined Synopsis Solicitation contains clauses and provisions requiring a fill-in or representation. Offeror shall submit a copy of this Combined Synopsis Solicitation with their quote and respond to these clauses and provisions accordingly. A failure to complete these fill-ins may cause your offer to be determined ineligible for award.

I. Basis for award- ACC-WRN intends to award on a Best Value Basis. Please see evaluation criteria below for details.

J. Small Business Set-Aside: 100% Small Business set aside

II. GENERAL

A. This acquisition is unrated under the Defense Priorities and Allocations System (DPAS).

B. Quotes must be received by ACC-WRN no later than 3:00PM EST, 08 February 2013. Please see the attachment for details.
Set-Aside: Total Small Business Place of Performance: ACC – Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 US URL:https://www.fbo.gov/notices/3b16d238435585a8dca9e7767019ce52
OutreachSystems Article Number: 130425/PROCURE/0088
Matching Key Words: naics!711510; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — Range Target System Parts H92244-13-T-0193 050313 Andrea K Buck, Phone 7578932723, Email andrea.buck@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed 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. The solicitation is being issued as160px-Special_Operations_Specops_Army.svg a Request for Quote (RFQ); solicitation number is H92244-13-T-0193. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 effective 29 January 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-S10.
Section B Schedule of Supplies and Services
Brand name only. Meggitt brand parts are the parts used in a Meggitt Training System product currently installed. In order to ensure proper compatability with the current system, Meggitt parts are the only acceptable parts to be bid on.
CLIN 0001 Range Parts.
(See Attachment #1 for list of parts
Period of Performance: TBD
Delivery: NSWDG, 1636 Regulus Drive, Virginia Beach, VA 23461
FOB Destination

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-99 System for Award Management Registration (DEVIATION) Aug-12
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-36 Payment by Third Party Feb-10
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-29 F.o.b. Origin Feb-06
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) 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 following factors shall be used to evaluate offers in descending order of importance:
(i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation.
(ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(iii) Price -All line items will be reviewed for price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

LOCAL The Government will not sign any release forms, as Government liability is
governed by the contract and applicable Federal law and regulation.
LOCAL The vendor will be required to submit monthly reports detailing maintenance performed with each invoice.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)

As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
LT Andrea Buck – Contract Specialist
andrea.buck@vb.socom.mil
PH – 757-862-9464
1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins
(a) The Primary Contracting Office Point of Contact is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464.
(b) The Administrative Contracting Office Point of Contact is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464.
(c) The Contracting Officer’s Representative is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.

All questions concerning this procurement, either technical or contractual must be submitted to andrea.buck@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is LT Andrea Buck at phone number: (757-862-9464) or email at andrea.buck@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by LT Andrea Buck by email at andrea.buck@vb.socom.mil , fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: LT Andrea Buck (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 2:00 p.m. Eastern Standard Time (EST) on 3 May 2013.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0193/listing.html
OutreachSystems Article Number: 130425/PROCURE/0492
Matching Key Words: film?; edit*; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — REBS Ladder System H92244-13-T-0194 050113 Andrea K Buck, Phone 7578932723, Email andrea.buck@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0193. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 effective 29 January 2013. North American Industrial Classification Code (NAICS) 333923 with a standard business size of 500 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9.

Section B Schedule of Supplies and Services
Brand name only. Meggitt brand parts are the parts used in a Meggitt Training System product currently installed. In order to ensure proper compatability with the current system, Meggitt parts are the only acceptable parts to be bid on.
CLIN 0001 REBS TACTICAL LADDER SYSTEM
(See Attachment #1 for specifications for ladder system)
Period of Performance: TBD
Delivery: NSWDG, 1636 Regulus Drive, Virginia Beach, VA 23461
FOB Destination
CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-99 System for Award Management Registration (DEVIATION) Aug-12
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-36 Payment by Third Party Feb-10
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87
FAR 52.246-25 Limitation of Liability – Services Feb-97
FAR 52.247-29 F.o.b. Origin Feb-06
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) 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 following factors shall be used to evaluate offers in descending order of importance:
(i) Technical – Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation.
(ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(iii) Price -All line items will be reviewed for price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9469.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

LOCAL The Government will not sign any release forms, as Government liability is
governed by the contract and applicable Federal law and regulation.
LOCAL The vendor will be required to submit monthly reports detailing maintenance performed with each invoice.

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)

As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact:
LT Andrea Buck – Contract Specialist
andrea.buck@vb.socom.mil
PH – 757-862-9464
1636 Regulus Ave. Virginia Beach, VA 23461-2299

SOFARS 5652.232-9003 Paying Office Instructions (2005)

As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins
(a) The Primary Contracting Office Point of Contact is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464.
(b) The Administrative Contracting Office Point of Contact is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464.
(c) The Contracting Officer’s Representative is: LT Andrea Buck, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, andrea.buck@vb.socom.mil, 757-862-9464.
(d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449.
(e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office.
(f) Payment to the contractor shall be mailed to the following address to be determined before contract award.
(g) Special Payment Instructions: None.

SOFARS 5652.233-9000 Independent Review of Agency Protests (2005)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809.

All questions concerning this procurement, either technical or contractual must be submitted to andrea.buck@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

Point of contact for this procurement is LT Andrea Buck at phone number: (757-862-9464) or email at andrea.buck@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by LT Andrea Buck by email at andrea.buck@vb.socom.mil , fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: LT Andrea Buck (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 2:00 p.m. Eastern Standard Time (EST) on 1 May 2013.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0194/listing.html
OutreachSystems Article Number: 130425/PROCURE/0493
Matching Key Words: film?; edit*; produc*; train*; you; website; business*; event?; instruct*; commercial?; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort150px-AMC_dui Knox, KY W9124D-13-R-0002 043013 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-Solicitation Amendment #4, 4/24/13: The current contract number and Contractor’s name are: W9124D-08-C-0017; Alutiiq Business Services, LLC. When the solicitation is posted on FBO, it will include historical workload data and terms and conditions for submitting a proposal.

Pre-Solicitation Amendment #3, 4/18/13: The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or before 30 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Pre-Solicitation Amendment #2, 4/11/13: When the solicitation is released, it will include specific clearance requirements to include completion of a DD Form 254.

Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/d85e3b18d63ccc25f42d5f47770a6876
OutreachSystems Article Number: 130425/PROCURE/0595
Matching Key Words: age:state!ky; state!ky; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

U–Junior Cadet Leadership Course (JCLC) Phoenix Union High School

CHANGE POINT OF CONTACT FOR SUBMITTING OFFERS FOR W9124D-13-T-0035 W9124D13T0035 050213 James, (502) 624-4962 MICC Center – Fort Knox The contractor shall furnish lodging facilities, dining facilities, training facilities, buildings, meal services, furniture, equipment, supplies, management, supervision and labor as specified herein, for JROTC JCLC Exercise, 26-30 May 2013 in Prescott, AZ.

NOTICE IS TO IDENTIFY THE NEW POINT OF CONTACT FOR W9124D-13-T-0035.
ENSURE TO CONTACT SSG COCHRAN WITH ANY QUESTIONS ABOUT THIS REQUIREMENT AND SUBMITTING AN OFFER.
SSG THOMAS COCHRAN
COMM: (502) 624-2054
EMAIL: THOMAS.L.COCHRAN.MIL@MAIL.MI

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/ebf4f02d07bee6adf3e4886d48acf12a
OutreachSystems Article Number: 130425/PROCURE/0604
Matching Key Words: age:state!ky; state!ky; 

Department of Veterans Affairs, VA Tennessee Valley Health Care System (Murfreesboro), Department of Veterans Affairs Tennessee Valley Health Care System Alvin C. York Campus, 1113 Rosebrook Dr, Clarksville, TN 37042

99–Vehicle Wrap – Advertisement VA249-13-Q-0479 042913 Name: Wallace Edmondson, Title: Contract Specialist, Phone: 6152253403, Fax: , Email: wallace.edmondson@va.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplementedVA with additional information included in this notice.The solicitation number is VA249-13-Q-0479 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 339950 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-04-29 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Lexington, KY 40502 Place of Performance: Lexington, KY 40502 40502-2235 US URL: https://www.fbo.gov/spg/VA/MuVAMC626A4/MuVAMC626A4/VA249-13-Q-0479/listing.html
OutreachSystems Article Number: 130424/PROCURE/0490
Matching Key Words: state!ky; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

U–TH Brigade Junior Cadet Leadership Course (JCLC) Phoenix Union High School W9124D13T0035 050213 James, (502) 624-4962 MICC Center – Fort Knox The contractor shall furnish lodging facilities, dining facilities, training facilities, buildings, meal services, furniture, equipment, supplies, management, supervision and labor as specified herein, for JROTC JCLC Exercise, 26-30 May 2013 in Prescott, AZ.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/bcbeae7b323f4a32481b2a564a66de81
OutreachSystems Article Number: 130420/PROCURE/0083
Matching Key Words: age:state!ky; state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Human Resources Solutions Support W9124D-13-R-HRS5 052013 monica.clemons, 502-624-1004 MICC Center – Fort Knox 
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT.150px-AMC_dui It is a market research tool being used to assist in the determination of a procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this announcement and other factors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this notice.

The Program Executive Office Enterprise Information Systems (PEO EIS) is seeking possible sources to provide the scope of services supported by the Human Resources (HR) Solutions Program Directorate. The support will be provided through the issuance of task orders under Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The task orders will be issued to support requirements from any Department of Defense (DoD) organization with performance throughout the Continental United States (CONUS) and some Outside Continental United States (OCONUS) locations to include, but not limited to, Japan, Korea, Qatar, Kuwait, Afghanistan, Puerto Rico, Germany and Italy. Please refer to the attachment for detailed information on the scope services supported under this program and instructions for submitting capabilities statements.

Statements of capabilities shall not exceed 8 pages and shall be received not later than 20 May 2013, 9:00 am eastern time by M nica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. Questions regarding this sources sought notice shall be received not later than 1 May 2013, 9:00 am eastern time by M nica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. All questions must be submitted in writing; no additional information will be provided via telephone. Responses to questions will be posted as an amendment to this sources sought notice.

Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked as proprietary will be handled accordingly. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 2102. The Government will not be held liable for any damages incurred if proprietary information is not properly identified.

THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/38dfadd7eea71e72fdce755f509236e5
OutreachSystems Article Number: 130420/PROCURE/0366
Matching Key Words: age:state!ky; state!ky; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

69–FIRM FIXED PRICE CONTRACT FOR REPAIR PARTS AND EXPENDABLES FOR SIUS ASCOR AUTOMATED ELECTRONIC PRECISION TARGET SCORING SYSTEM FOR THE US ARMY MARKSMANSHIP UNIT, FORT BENNING, GA FOR BASE WITH TWO ONE-YEAR OPTION PERIODS. W9124D-13-Q-5326 042613 Karen Keys, 502/624-6853 MICC Center – Fort Knox MICC – Fort Knox is conducting market research for the following requirement: For Firm Fixed Price Requirement Type Contract to Provide SUIS ASCOR SA931/941 System Target Parts and Expendables for Army Marksmanship Unit (AMU) Fort Benning, GA for the period 1 June 2013 through 31 May 2014 with two one-year option periods.

This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis.

Responses to this announcement should be e-mailed to gregory.d.spencer4.mil@mail.mil no later than close of business 26 April 2013, and should include the following:

1. A statement of interest in services contained herein.
2. A synopsis of the contractor’s capabilities.
3. Company size: small or large, HUB-Zone, 8(a), Service-disabled veteran-owned, SDB, Woman-owned.
4. Contact information, to include name, e-mail address, phone number, and fax number.

Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/5eee39bd7ed75511b20493d17f985c0f
OutreachSystems Article Number: 130420/PROCURE/0405
Matching Key Words: age:state!ky; state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Human Resources Solutions Support W9124D-13-R-HRS5 052013 monica.clemons, 502-624-1004 MICC Center – Fort Knox 
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT.150px-AMC_dui It is a market research tool being used to assist in the determination of a procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this announcement and other factors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this notice.

The Program Executive Office Enterprise Information Systems (PEO EIS) is seeking possible sources to provide the scope of services supported by the Human Resources (HR) Solutions Program Directorate. The support will be provided through the issuance of task orders under Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The task orders will be issued to support requirements from any Department of Defense (DoD) organization with performance throughout the Continental United States (CONUS) and some Outside Continental United States (OCONUS) locations to include, but not limited to, Japan, Korea, Qatar, Kuwait, Afghanistan, Puerto Rico, Germany and Italy. Please refer to the attachment for detailed information on the scope services supported under this program and instructions for submitting capabilities statements.

Statements of capabilities shall not exceed 8 pages and shall be received not later than 20 May 2013, 9:00 am eastern time by M nica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. Questions regarding this sources sought notice shall be received not later than 1 May 2013, 9:00 am eastern time by M nica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. All questions must be submitted in writing; no additional information will be provided via telephone. Responses to questions will be posted as an amendment to this sources sought notice.

Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked as proprietary will be handled accordingly. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 2102. The Government will not be held liable for any damages incurred if proprietary information is not properly identified.

THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/35e64da7c59cfec9debafac2ffb74e3a
OutreachSystems Article Number: 130420/PROCURE/0436
Matching Key Words: age:state!ky; state!ky; 


140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303

R — REGION 4 ADMINISTRATIVE SUPPORT SERVICES GS-04P-13-EW-D-0019 051013 Michael P. Williams, Contracting Officer, Email michael.p.williams@gsa.gov AMENDMENT TO EXTEND OFFERS DUE DATE FROM MAY 1, 2013 2:00 PM EST to MAY 10, 2013 2:00 PM EST
Set-Aside: Competitive 8(a) Place of Performance: Services are to be provided throughout the Southeast Sunbelt Region which consists of the following eight (8) states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee. US URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-13-EW-D-0019/listing.html
OutreachSystems Article Number: 130420/PROCURE/0443
Matching Key Words: state!ky; 

Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

R–On-Site Information Management Services SOL-CI-13-00022 Michael D. Kreacic kreacic.michael@epa.gov United States Environmental Protection Agency (US606px-Environmental_Protection_Agency_logo.svg EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130419/PROCURE/0079
Matching Key Words: writ*; technical; standard; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Adutant General (AG) Support Services for IMCOM Atlantic, US Army Garrison-Fort Knox (Directorate of Human Resources/Military Personnel Division), Fort Knox, KY W9124D-13-R-0002 043013 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox Pre-Solicitation Amendment #3, 4/18/13: The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov on or before 30 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Pre-Solicitation Amendment #2, 4/11/13: When the solicitation is released, it will include specific clearance requirements to include completion of a DD Form 254.

Pre-solicitation Amendment #1, 4/10/13: A DD Form 254 required. Personnel clearance SECRET.

The Mission and Installation Contracting Command-Fort Knox intends to issue a request for proposal (RFP) for Adjutant General (AG) Support Services for IMCOM-Atlantic, US Army Garrison, Fort Knox, Directorate of Human Resources/Military Personnel Division (DHR/MPD), Fort Knox, KY 40121. The period of performance will be 1 July 2013 (phase-in 1-31 July) through 30 June 2014 with two, one-year option periods. Option periods will be exercised at the government’s discretion.

The solicitation will be for commercial, performance-based services. Offerors shall be required to submit their proposal in paper and electronic version. Proposals will be evaluated using lowest price technically acceptable source selection procedures. The government intends to award without discussions; therefore, the offeror’s initial proposal shall contain its best offer from a technical and price stand point.

This acquisition is offered for competition limited to eligible 8(a) concerns under NAICS code 561110 with a size standard of $7 million.

The solicitation will be posted on the FedBizOpps (FBO) website at http://www.fbo.gov during the week of 15 April 2013 and will have an approximate 21- to 30-day response period. Amendments, if any, will also be posted to the FBO website; offerors are cautioned to check the website frequently and acknowledge all amendments.

Interested 8(a) firms are encouraged to monitor FBO for the solicitation, and also ensure eligibility data is active and up-to-date within the System for Award Management (SAM) and SBA 8(a) certifications.

The government will not compose or maintain any type of solicitation mailing list. All questions must be submitted in writing via email to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil. Any correspondence should reference the solicitation number. Each offeror is responsible for all costs of producing and submitting its proposal. Each proposal shall be submitted in accordance with the instructions contained in the solicitation. Proposals will not be accepted by email or facsimile. Questions regarding the solicitation shall be submitted in accordance with instructions contained in the solicitation.

Set-Aside: Competitive 8(a) Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/78e3c3b97050d6959ab7f9a315f19199
OutreachSystems Article Number: 130419/PROCURE/0569
Matching Key Words: age:state!ky; state!ky; 

Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

U–Junior Cadet Leadership Course (JCLC) Exercise W9124D13T0031 050113 James, (502) 624-4962 MICC Center – Fort Knox This requirement is for lodging150px-AMC_dui facilities, dining facilities, training facilities, buildings, meal services, furniture, equipment, supplies, management, supervision and labor for JCLC exercise, 28 – 31 May 2013 in Paisley, FL.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/a10be6c4cfdb3af061edfc0d11c46b43
OutreachSystems Article Number: 130418/PROCURE/0088
Matching Key Words: age:state!ky; state!ky; 


Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Journalists & Stringers for English and Foreign Language News POV-FY-13-Q3-R 063013 Brenda Dade, Phone 202-382-7853, Email bdade@bbg.gov – Jim McGuirk, Priocurement Analyst, Phone 202-382-7840, Email jmcguirk@bbg.gov ;
p;

U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, video journalism, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, ProducersEditors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians,Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, VideotapeRecording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world). Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.

Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.

The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.

Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.

All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their writtenstatement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance radio and/or television assignments with the VOA in Washington, DC or overseas, submit written inquiries for additional information and/or   technicalproposals to the Voice of America (VOA), Attention: Ms. Margaret O’Lear, VOA, Room 3137-C, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address, maolear @voanews.com; and (b) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/ortechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov .   Any written inquiries and/or technical proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the June 30, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q3-R/listing.html
OutreachSystems Article Number: 130418/PROCURE/0529
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical; 


Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

T — Contractors for News Broadcasting Services POV-FY-13-Q3-T 063013 Brenda Dade, Phone 202-382-7853, Email bdade@bbg.gov – Jim McGuirk, Priocurement Analyst, Phone 202-382-7840, Email jmcguirk@bbg.gov ; ;p;
The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, technical and production services, photo editing, video journalism, graphic illustrating, producing programming using state of the art multi-media platforms, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, ProducersEditors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TVTechnical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world), and Electronic Graphic Artists. In addition, VOA is also interested in Internet Writers, Editors, Web Designers and Graphic Designers. Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.

Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.

The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.

Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.

All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their writtenstatement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance radio and/or television assignments with the VOA in Washington, DC or overseas, submit written inquiries for additional information and/or   technicalproposals to the Voice of America (VOA), Attention: Ms. Margaret O’Lear, VOA, Room 3137-C, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address, maolear@voanews.com ; and (b) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/ortechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov .   Any written inquiries and/or technical proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the June 30, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q3-T/listing.html
OutreachSystems Article Number: 130418/PROCURE/0537
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical; 

FedBizOpps – Awards

Department of the Army, Army Contracting Command, ACC – Warren (ACC-WRN)(DTA), ACC – Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E150px-AMC_dui Eleven Mile Road, Warren, MI 48397-5000

T–Oil on Canvas W56HZV13TA103 Brad Zemke, 586-282-6473 ACC – Warren (ACC -WRN)(DTA) W56HZV13PA554 $29,000.00 042313 All PORTRAITS, INC. (197025976)
2801 6TH AVE S
BIRMINGHAM, AL 35233-2801 No Description Provided
URL: https://www.fbo.gov/notices/5602f3a84eddc5f3d6bed720aea3a16e
OutreachSystems Article Number: 130425/AWARDS/0732
Matching Key Words: naics!711510; 

FedBizOpps – Special Notes

150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

U–CHANGE POINT OF CONTACT FOR SUBMITTING OFFERS FOR W9124D-13-T-0031 W9124D13T0031 James, (502) 624-4962 MICC Center – Fort Knox THIS SPECIAL NOTICE IS TO IDENTIFY THE NEW POINT OF CONTACT FOR W9124D-13-T-0031.
ENSURE TO CONTACT SSG COCHRAN WITH ANY QUESTIONS ABOUT THIS REQUIREMENT AND SUBMITTING AN OFFER.
SSG THOMAS COCHRAN
COMM: (502) 624-2054
EMAIL: THOMAS.L.COCHRAN.MIL@MAIL.MIL
URL: https://www.fbo.gov/notices/64ef88878327b78523e380fabcaec600
OutreachSystems Article Number: 130425/SPECIAL/0913
Matching Key Words: age:state!ky; state!ky;  

USABID State and Local Purchases 

California Public Notices http://ca.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across California.

R – REAL ESTATE AGENT/BROKER REQUEST FOR PROPOSAL (RFP) NoticeREAL E SOL REAL ESTATE AGENT/BROKER REQUEST FOR PROPOSAL (RFP) NoticeREAL ESTATE AGENT/BROKER REQUEST FOR PROPOSAL (RFP) Notice is hereby given that proposals will be received by the City of Gridley, California for: REAL ESTATE AGENT/BROKER SERVICES DUE DATE: Friday, May 14, 2013 TIME: 5:00 p.m. Proposal packets are available at City Hall and online at http://www.gridley.ca.us. Proposals submitted after the due date and time will not be considered. Consultants accept all risks of late delivery of mailed submittals regardless of fault. The City is seeking a realtor/agent (Agent??) to list and hopefully sell two residential units (one triplex and one duplex) located at 225, 227, 233 (see Attachment 1 for appraisal), 275, and 277 (Attachment 2 for appraisal) Kentucky Street, Gridley California, 95948. Both buildings are located on one parcel (APN 010-122-012-000). The City of Gridley reserves the right to reject any and all submittals and to waive irregularities and informalities in the submittal and evaluation process. This RFP does not obligate the City to pay any costs incurred by respondents in the preparation and submission of their proposals. Furthermore, the RFP does not obligate the City to accept or contract for any expressed or implied services. The City is committed to a program of equal employment opportunity regardless of race, color, creed, sex, age, nationality, disability, or sexual orientation. The successful consultant must comply with the City of Gridley’s equal opportunity requirements. QUESTIONS: Questions regarding this project may be directed to Rob Hickey via e-mail at rhickey@gridley.ca.us, or at (530) 846-5695. Rob Hickey City Administrator April 28, 2013 Ad #00154020 Appeared in: Appeal Democrat on Sunday, 04/28/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130429/BID/0010
Matching Key Words: state!ky; 

Texas Public Notices http://tx.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across Texas.

99 – SOLICITUD DE PROPUESTAS El Concejo de Gobiernos del NorteSOLICIT SOL SOLICITUD DE PROPUESTAS El Concejo de Gobiernos del NorteSOLICITUD DE PROPUESTASEl Concejo de Gobiernos del Norte y Centro de Texas (NCTCOG), Departamento de Preparaci?n para Emergencias, est? solicitando propuestas de proveedores capaces de proporcionar servicios de producci?n de video y servicios de publicidad. Las propuestas ser?n recibidas en las oficinas de NCTCOG no m?s tarde de las 3:00 pm (CDT) el dia 14 de mayo de 2013. Para obtener un paquete de la propuesta visite http://www.nctcog.org/aa/RFP.asp o llame al (817) 704-5651. Appeared in: The Dallas Morning News on Saturday, 04/27/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130428/BID/0131
Matching Key Words: video*; produc*; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Evalution of EMS Processes SOL RFP-3053-0-2013/TB Evalution of EMS Processes For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130426/BID/0416
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

T – Printing and Binding of a Book: Reigler / Kentucky Bourbon Count SOL K-0674-13 Printing and Binding of a Book: Reigler / Kentucky Bourbon Country For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130426/BID/0418
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Services and Equipment for Lane Closure on William B. Natcher Br SOL UK-1250-13 Services and Equipment for Lane Closure on William B. Natcher BridgeQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130425/BID/0354
Matching Key Words: age:state!ky; state!ky; 


South Carolina State Procurement http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationSearch.do Materials Management Office 1201 Main Street A Suite 600 Columbia, SC 29201 (803) 737-0600 FAX:(803) 737-0639 

T - Video Production Services for SCCJA SOL 5400005929 Video Production Services for SCCJA For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130425/BID/0955
Matching Key Words: video*; produc*; production?;  

Georgia – Metropolitan Atlanta Rapid Transit Authority (MARTA) http://martabid.itsmarta.com/ 2424 Piedmont Road, NE, Atlanta, GA 30324-3311. Contact MARTA’s Contract Control Branch at (404) 848-5580 or (404) 848-4193.

T – Procurement of MARTA’s Destination Campaign Videos Program SOL RFQ Q29807 The Metropolitan Atlanta Rapid Transit Authority (MARTA) is seeking the services o(a video production company to provide high definition videotaping and post production for MARTA’s Station of the Month videos. These videos are an integral element under MARTA’s Destination Campaign. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130423/BID/0219
Matching Key Words: video*; produc*; production?; videotap*; video; serv*; 


Texas Public Notices http://tx.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across Texas.

R – REQUEST FOR PROPOSALS The North Central Texas Council ofREQUEST SOL REQUEST FOR PROPOSALS The North Central Texas Council ofREQUEST FOR PROPOSALSThe North Central Texas Council of Governments (NCTCOG) Department of Emergency Preparedness is soliciting proposals from capable vendors to provide video production services, and advertising services. Proposals are due in NCTCOG’s offices no later than 3:00 PM (CDT) May 14, 2013. To obtain a proposal packet visit http://www.nctcog.org/aa/RFP.asp or call (817) 704-5651. Appeared in: The Dallas Morning News on Monday, 04/22/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130423/BID/0742
Matching Key Words: video*; produc*; production?; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – Solicitation: 1300000337 RADIATION WORKER TRAINING Closing Date SOL Solicitation: 1300000337 RADIATION WORKER TRAINING Closing Date: 5/6/13 12:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130423/BID/0818
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

69 – Solicitation: 1300000899 Driving Simulator Closing Date: 5/3/13 SOL Solicitation: 1300000899 Driving Simulator Closing Date: 5/3/13 1:30 PM EDT DRIVING SIMULATOR SHALL INCLUDE: 22 INCH LCD 3-PANEL DRIVER DISPLAY LCD MANAGEMENT CONSOLE NETWORKING EQUIPMENT AND CABLING RUN-TIME SOFTWARE STANDARD LIBRARY INCLUDING: ADAPTATION & INSTRUCTIONAL SCENARIOS, BRAKE REACTION TIMER, STEERING REACTION TIMER, NATURALISTIC SCENARIOS, ESCALATING HAZARD SCENARIOS PRINTER WITH COMPATIBLE INTERFACE SOFTWARE (FOR PRINTING ON-SCREEN FEEDBACK & RESULTS) ON-SITE INSTALLATION AND TRAINING TECHNICAL SUPPORT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130423/BID/0819
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – Solicitation: 1300000349 Sponsorship – Junior Forensic Science C SOL Solicitation: 1300000349 Sponsorship – Junior Forensic Science Camp – John James Audu Closing Date: 4/29/13 2:00 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130423/BID/0823
Matching Key Words: age:state!ky; state!ky; 

Arizona Press Association http://www.publicnoticeads.com/AZ/search/searchnotices.asp?A=N State of Arizona Newspaper; 1001 N. Central Ave., Suite 670, Phoenix, AZ 85004; Phone: (602)261-7655 Fax: (602)261-7525; E-mail: office@ananews.com

U – Notice to Bidders Notice is hereby given that sealed responses SOL Public Notice ID: 20116983.HTM Notice to Bidders Notice is hereby given that sealed responses will be received by Region 4 Education Service Center located at 7145 West Tidwell Road, Houston, TX 77092 until: Tuesday, May 14, 2013 @ 2:00 PM CST The Cooperative Purchasing Network (TCPN) Request for Proposal (RFP) for RFP # 13-09: Data Storage & Management Solutions RFP # 13-10: Calculators & Related Products RFP # 13-11: Video Conferencing Equipment & Services All proposals duly delivered and submitted will be publicly opened and recorded on the date and time reflected above. Any proposal received after the stated closing time will not be considered and returned unopened. If proposals are sent by mail, the Offeror shall be responsible for ensuring delivery of the proposal to Region 4 Education Service Center before the advertised date and hour for the opening. Proposals must be signed, sealed, clearly identified with the solicitation number, title, name and address of the company responding. Specifications and details of this RFP can be found at http://www.esc4.net or http://www.tcpn.org under Current Solicitations. General inquiries may be directed to Robert Zingelmann at questions@esc4.net Until final award, Region 4 Education Service Center reserves the right to reject any and/or all proposals, to waive any technicalities, to re-advertise, and to otherwise proceed when in the best interest of Region 4Education Service Center. No. of publications: 2; dates of publications: April 11, 18, 2013. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130420/BID/0092
Matching Key Words: video*; produc*; education*; 


Idaho – Division of Purchasing http://ipro.sicomm.net/IPRO/ 5569 Kendall St.;PO Box 83720;Boise, Idaho 83720-0075;Phone: (208) 327-7465

T - VIDEO PRODUCTION - Production of a 10 minute training video on R SOL RFQ09939 VIDEO PRODUCTION - Production of a 10 minute training video on Real Estate Adver For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130420/BID/0431
Matching Key Words: video*; produc*; train*; production?; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Restoration Services SOL IFB-3050-0-2013/LS Restoration Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130420/BID/0462
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Price Contract for Legal Services at the Revenue Commission SOL RFP-3051-0-2013/MBB Price Contract for Legal Services at the Revenue Commission For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130420/BID/0463
Matching Key Words: age:state!ky; state!ky; 


Michigan Inter-governmental Trade Network (MITN) Purchasing System http://www.mitn.info/Bids/ViewOpenSolicitations.asp Serving the purchasing needs of more than 90 local agencies across the state of Michigan.

T - Video Production Specialist SOL Video Production Specialist For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130420/BID/0520
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – KYDJJ PREA Training and Technical Assistance Project RFP : 1300 SOL KYDJJ PREA Training and Technical Assistance Project RFP : 1300000344 Department Of Juvenile Justice Pro Services Request for Proposals(RFP) Published On : 4/17/13 Amended On : Closing On : 5/1/13 4:00 PM EDT Time Left: 13 Days, 04:30:19 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130419/BID/0003
Matching Key Words: age:state!ky; state!ky; 


Illinois – Public Higher Education Procurement Bulletin http://www.procure.stateuniv.state.il.us/ For technical help with registering and/or obtaining documents, contact the Bulletin Manager at 507 E. Green, 5th Floor, Champaign, IL 61820. E-Mail: cpowebmaster@uillinois.edu. Phone: (217) 333-3596.

T - Video Production Services SOL JM314 Video Production Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130419/BID/0319
Matching Key Words: video*; produc*; production?; 


Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

T - Video Production of Boater Educational Water Safety Video SOL Agency Requisition Number: 802-13-21207 Video Production of Boater Educational Water Safety Video For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130419/BID/0852
Matching Key Words: video*; produc*; education*; production?; 

Rhode Island Division of Purchases http://www.purchasing.ri.gov/bidding/Bidlisting.aspx State of Rhode Island;Vendors must register with the state to submit bids.; Tel. (401) 574-8100

T – AUDIO/VIDEO PRODUCTION SERVICES FOR URI COMMENCEMENT ADDENDUM 1( SOL 7461377A1 AUDIO/VIDEO PRODUCTION SERVICES FOR URI COMMENCEMENT ADDENDUM 1(17 PGS) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130418/BID/0927
Matching Key Words: video*; produc*; production?; 

FedBizOpps – Other Federal Procurements (Small)

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must register with NECO. Once registered, agency information can be obtained directly from the website

R — Federal Supply Classification R425 SOL N62271-13-Q-1144 General Desc: Research Analyst / Technical WriterDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130419/SMALL/0820
Matching Key Words: writ*; technical; 

Kentucky State Procurement

Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601

T — RFP FOR MORTGAGE LOAN PAYMENT BOOK SERVICES CONTRACT. DUE 10-MAY-2013 Deborah Nagle, Paralegal, (502) 564-7630 ext. 405, (800) 633-8896 (KY only); http://www.kyhousing.org REQUEST FOR PROPOSALS (RFP) For Fiscal Year 2013 – 2014 Mortgage Loan Payment Book Services Contract. KHC is soliciting proposals for the provision of payment coupon books for the Loan Servicing Department. Kentucky Housing Corporation ( KHC ) is the state housing finance agency and a political subdivision of the Commonwealth of Kentucky. Created by the General Assembly in 1972, KHC s mission is to provide safe, decent and affordable housing opportunities for very low-, low- and moderate-income Kentuckians. Please review the full RFP for details. Three copies of your proposal must be received at KHC s corporate office by 4 p.m., EDT, on May 10, 2013. Proposals received after the stated deadline will not be accepted. Faxed or e-mailed copies of proposals will not be accepted. Please direct the proposals to the attention of: Deborah Nagle, Paralegal, Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, Kentucky 40601. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130429/KY/2935
Matching Key Words: age:state!ky; state!ky; 


Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, KY 40601

76 — RFP FOR MORTGAGE LOAN PAYMENT BOOK SERVICES CONTRACT. DUE 10-MAY-2013 Deborah Nagle, Paralegal, (502) 564-7630 ext. 405, (800) 633-8896 (KY only); http://www.kyhousing.org REQUEST FOR PROPOSALS (RFP) For Fiscal Year 2013 – 2014 Mortgage Loan Payment Book Services Contract. KHC is soliciting proposals for the provision of payment coupon books for the Loan Servicing Department. Kentucky Housing Corporation ( KHC ) is the state housing finance agency and a political subdivision of the Commonwealth of Kentucky. Created by the General Assembly in 1972, KHC s mission is to provide safe, decent and affordable housing opportunities for very low-, low- and moderate-income Kentuckians. Please review the full RFP for details. Three copies of your proposal must be received at KHC s corporate office by 4 p.m., EDT, on May 10, 2013. Proposals received after the stated deadline will not be accepted. Faxed or e-mailed copies of proposals will not be accepted. Please direct the proposals to the attention of: Deborah Nagle, Paralegal, Kentucky Housing Corporation, 1231 Louisville Road, Frankfort, Kentucky 40601. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130429/KY/2936
Matching Key Words: age:state!ky; state!ky; 

City of Springfield, 127 West Main Street, Springfield, KY 40069

R — ROBERTSON BUILDING RENOVATION PROJECT. DUE 03-MAY-2013 (859) 336-5441; TDD 1-800-648-6057 for the hearing impaired only. The City of Springfield is seeking proposals from certified CDBG Administrators for planning, management, and administrative services relating to the proposed renovation of the historic Robertson Building in downtown Springfield. The proposed project would include apartments for low to moderate income families and commercial space. Anticipated sources of funding include a Community Development Block Grant from the Kentucky Department for Local Government, Kentucky HOME Investment Partnerships Program funds from the Kentucky Housing Corporation and state and Federal historic tax credits. An information sheet which describes the proposed scope of services and selection criteria is available from the office of Laurie Smith, City Administrator, City of Springfield, 127 W. Main Street, Springfield, Kentucky 40069. The phone number is (859)-336-5441 (TDD: 1- 800-648-6057 for the hearing impaired only). Attention is particularly called to the Federal requirements of employment to be observed under the contract including Title VI, Section 109, Conflict of Interest, Section 3 and Executive Order 11246. Small, local, minority and female owned firms are encouraged to participate. No person shall be excluded from participation in, denied benefits of, or be subjected to discrimination in the implementation of this program on the grounds of race, creed, color, disability, familial status, national origin or sex. Proposals will be evaluated on the basis of written materials. Proposals must be received by the City of Springfield (address listed above) no later than 4:30 P.M., May 3, 2013. The city reserves the right to reject any or all proposals. “EQUAL HOUSING OPPORTUNITY”. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130419/KY/2880
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

ARMY

Cabrera Services Inc., East Hartford, Conn., is being awarded a cost-plus-fixed-fee, multi-year contract with a maximum value of $450,000,000 for environmental remediation services at the Maywood Superfund site.  Work will be performed in Maywood, N.J.  Fiscal 2013 Procurement funds in the amount of $2,500 are being obligatedDepartment of the Army on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-13-D-3016).

Exelis Systems Corp., Colorado Springs, Colo., is being awarded a cost-plus-fixed-fee contract with a maximum value of $127,150,517 for the operation, maintenance and defense of Army communications in Southwest Asia and Central Asia.  Work will be performed in Kuwait, Afghanistan, Iraq and Qatar.  Fiscal 2013 Operation and Maintenance funds in the amount of $30,000,000 are being obligated on this award.  The bid was solicited through the Internet, with five bids received.  The Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity (W91RUS-13-C-0006).

Goodrich Pump and Engine Control Systems, West Hartford, Conn., is being awarded a firm-fixed-price, multi-year contract with a maximum value of $47,957,667 for the procurement of a maximum of 1,500 fuel controls applicable to the CH-47 helicopter.  Fiscal 2013 Procurement funds in the amount of $2,364,200 are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0126).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, is being awarded a $32,140,168 modification (P00014), to a previously awarded cost-plus-incentive-fee contract (W31P4Q-12-C-0100), for the extension of recertification and repair services in support of the PATRIOT Advanced Capability-3 Missile Support Center program.  The cumulative total face value of this contract is $91,045,833.  Fiscal 2013 Operation and Maintenance funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Northrop Grumman Information Technology Inc., McLean, Va., is being awarded a time-and-materials contract with a maximum amount of $24,597,416 for operation and maintenance services in support of Army Knowledge Online Enterprise Services.  Work will be performed in Fort Belvoir, Va.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-F-0017).

Cubic Simulation Systems Inc., Orlando, Fla., is being awarded a $19,930,555 modification (P00002), to a previously award firm-fixed-price, foreign-military-sales (FMS) contract (W900KK-13-C-0010), for the procurement of Israeli Defense Forces Engagement Skills Trainer 2000 Plus Systems and related services.  This FMS contract is in support of Israel.  The cumulative total face value of this contract is $21,074,480.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Program Executive Office for Simulation,  Training and Instrumentation, Orlando, Fla., is the contracting activity.

Fidelity Technologies Corp., Reading, Penn., is being awarded a $16,036,446 modification (P00002), to a previously awarded firm-fixed-price contract (W56HZV-13-C-0052), for the procurement of Armor B-Kits.  The cumulative total face value of this contract is $37,619,116.  Fiscal 2012 Procurement funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Mack Trucks, Inc., Greensboro, N.C., has been awarded a maximum $177,500,000 fixed-price with economic-price-adjustment/indefinite-delivery contract.  This contract is to cover requirements generated that specifically call for trucks and trailers within the Mack product line.  Locations of performance are Alabama, Pennsylvania, and North Carolina with an April 9, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is Fiscal 2013 through Fiscal  2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPE8EC-13-D-0014).

United Technologies Corp., East Hartford, Conn., has been awarded a maximum $16,558,616 firm-fixed-price, sole-source contract.  This contract is for fan rotor supplies and replenishment parts.  Location of performance is Connecticut with a June 30, 2014 performance completion date.  Using military service is Air Force.  Type of appropriation is Fiscal 2013 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla. (N00383-12-G-001M-UN40).

Mustang Survival,* Elizabeth, W. Va., has been awarded a maximum $15,000,000 modification (P00008) exercising the third option year for life preservers.  The contract (SPM8EH-09-D-0005) is a firm-fixed-price contract.  Location of performance is West Virginia with a July 11, 2014 performance completion date.  Using military service is Air Force.  Type of appropriation is Fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa..

Sysco Central Florida, Ocoee, Fla., has been awarded a maximum $13,750,000 fixed-price with economic-price-adjustment, bridge contract.  This contract is for prime vendor food and beverage support.  Location of performance is Florida with a May 10, 2014 performance completion date.  Using military services are Army, Navy, and Air Force.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM300-13-D-3662).

NAVY

L-3 Communications Corp., San Carlos, Calif., is being awarded an $8,419,810 indefinite-delivery/indefinite-quantity contract to establish a depot for repair of the L8003 output traveling wave tube used in the AN/ALQ-99 (V) Band 4 pod on E/A-6B Prowler and E/A-18 Growler aircraft.  Work will be performed in San Carlos, Calif., and is expected to be completed in April 2018.  Funding in the amount of $1,873,881 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-WS59).

General Electric Co., Lynn, Mass., is being awarded a $22,237,386 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an600px-US-DeptOfNavy-Seal.svg option for the procurement of six F414-GE-400 install engines for the EA-18 G aircraft.  Work will be performed in Lynn, Mass. (59 percent); Hooksett, N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in March 2015.  Contract funds in the amount of $22,237,386 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

The Boeing Co., St. Louis, is being awarded an $18,274,373 cost-plus-fixed-fee delivery order against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services to support Follow-On Test and Evaluation of the F/A-18E/F and EA-18G aircraft.  Work will be performed at the Naval Air Station, Patuxent River, Md. (78 percent); St. Louis, (21 percent); El Segundo, Calif. (.5 percent); and Bethpage, N.Y. (.5 percent), and is expected to be completed in February 2014.  Contract funds in the amount of $18,274,373 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Vericor Power Systems LLC, Alpharetta, Ga., is being awarded a $12,146,760 modification to previously awarded contract (N00024-12-C-4154) for the manufacture, testing and delivery of eight ETF40B marine gas turbine engines in support of the Landing Craft Air Cushion (LCAC) Service Life Extension Program (SLEP) as well as the repair/refurbishment of eight output group modules for LCAC engines.  The SLEP will extend the service life of LCAC from 20 to 30 years; sustain/enhance craft capability; replace obsolete electronics; repair corrosion damage; reduce life cycle cost by improving reliability and maintainability; increase survivability; and establish a common configuration baseline.  Work will be performed in Alpharetta, Ga. (90 percent), and Winnipeg, Manitoba (10 percent), and is expected to be completed by September 2014.  Funding in the amount of $12,146,760 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

EFW, Inc., Fort Worth, Texas, is being awarded an $11,837,950 firm-fixed-price contract for the procurement of the Helmet Display Tracker Systems (HDTS) in support of the AH-1W helicopters.  This contract includes the manufacture and delivery of 11 P-kits, 65 A-kits, 11 installations, and non-recurring engineering and program support.  Work will be performed in Melbourne, Fla. (53 percent); Haifa, Israel (45 percent), and Fort Worth, Texas (2 percent), and is expected to be completed in January 2015.  Contract funds in the amount of $11,837,950 are being obligated on this award, $1,197,296 of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0037).

MultiMAC JV doing business as Southwestern Natural Resources* (N62473-13-D-4811), San Diego, Calif.; Noreas Inc.* (N62473-13-D-4812), Irvine, Calif.; Geomorph Information Systems, LLC* (N62473-13-D-4813), San Diego, Calif.; and Vernadero Group Inc.* (N62473-13-D-4814), Phoenix, Ariz., are each being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for natural resource-related services at various Navy and Marine Corps and Department of Defense installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The work to be performed provides for performance based natural resource related services under North American Industry Classification System Code 541690.  The services include but are not limited to surveying, inventorying, monitoring and mapping of natural resources, Geographic Information System mapping of natural resources, wetland wash management, educational/outreach services and other natural resource support.  The maximum dollar value, including the base period and two option years, for all four contracts combined is $10,000,000.  No task orders are being issued at this time.  All work on this contract will be performed within the NAVFAC Southwest AOR which includes Calif. (92 percent), Ariz. (5 percent), and Nev., (3 percent).  The term of the contract is not to exceed 36 months, with an expected completion date of May 2016.  Contract funds in the amount of $12,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received.  These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Southwest, San Diego, is the contracting activity.

3e Technologies International Inc., Rockville, Md., is being awarded a $9,861,065 modification to previously awarded contract (N00174-10-D-0021) to design, develop, implement, test, deliver and install a functional and efficient facilities critical infrastructure control and monitoring system to increase infrastructure readiness and optimize critical systems, including energy and other systems.  This SBIR Phase III extension effort is to integrate the technologies and concepts established under previous Phase I, II and III tasks with new and more advanced technologies and concepts.  Work will be performed in Rockville, Md., and is expected to be completed by May 2014.  No funding will be obligated at time of award.  Contract funds in the amount of $9,861,065 will expire at the end of the fiscal year.  The Naval Surface Warfare Center, Indian Head, Md., is the contracting activity.

Teras BBC Ocean Navigation Enterprise Houston, LLC, Bellaire, Texas, is being awarded a $9,847,700 firm-fixed-price contract with reimbursable elements, for the worldwide charter of one U.S. flagged, self-sustaining, non-cellular containership.  The containership will be employed in worldwide cargo delivery to support the U.S. Department of Defense.  Work will be performed at sea worldwide and is expected to be completed by May 2014.  The total cumulative face value of the contract is $47,281,490.  Funding in the amount of $3,507,400 is being awarded at time of contract.  This contract was competitively procured via the Military Sealift Command, Navy Electronic Commerce Online and Federal Business Opportunities website with 50 plus proposals received.  Military Sealift Command, Washington, DC is the contracting activity (N00033-11-C-5500).

The Boeing Co., St. Louis, is being awarded a $6,890,324 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) for the procurement of aircraft armament equipment for F/A-18E/F and EA-18G aircraft, including SUU-78A/A Pylons and well covers.  Work will be performed in El Segundo, Calif. (85 percent); St. Louis, Mo. (9 percent); and Irvine, Calif. (6 percent), and is expected to be completed in January 2016.  Contract funds in the amount of $6,890,324 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Information Innovators, Inc., Springfield, Va., has been awarded a $13,781,568 firm-fixed-price, incrementally-funded contract modification (P00011) to contract FA7037-11-F-0033 for non-personal services to provide support of the virtual Enterprise IT Service Desk supporting NIPRnet and SIPRnet with several locations.  The total cumulative face value of the contract is $82,779,491.  Work will be performed in Texas, Hawaii and Alabama and is expected to be completed by Nov. 15, 2013.  Fiscal 2013 in the amount of  $7,500,538 are being obligated at award.  Air Force Intelligence, Surveillance, and Reconnaissance Agency/A7K is the contracting activity.

Boeing Co., Defense, Space and Security, Kent, Wash., has being awarded an $8,481,422 delivery order (0097) to a previously-awarded indefinite-delivery/indefinite-quantitycost-plus-fixed- fee contract (F19628-01-D-0016) for Japan AWACS mission computing upgrade (MCU)/electronic support measures requirements planning program.  The contract delivery order provides a program risk assessment, export licensing planning, modeling and simulation analyses, trade studies, conduct of a MCU demonstration, diminished manufacturing sources monitoring, planning, and sustainment support planning on behalf of the Japan Air Self Defense Force.  Foreign Military Sales appropriation in the amount $8,481,422 are being obligated at time of award. Work will be performed at Kent, and is expected to be completed by Dec. 31, 2014.  This contract involves Foreign Military Sales.  Air Force Life Cycle Management Center/HBSK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

BAE Systems, Rockville, Md. (N65236-13-D-4895); Booz Allen Hamilton, McLean, Va. (N65236-13-D-4896); CACI Inc., Federal, Chantilly, Va. (N65236-13-D-4897); CGI Federal, Inc., Fairfax, Va. (N65236-13-D-4898); Computer Sciences Corp., Falls Church, Va. (N65236-13-D-4899); Deloitte Consulting, LLP, Alexandria, Va. (N65236-13-D-4900); General Dynamics One Source, Fairfax, Va. (N65236-13-D-4901); HP Enterprise Services, LLC, Herndon, Va. (N65236-13-D-4902); Engility Corp., Mount Laurel, N.J. (N65236-13-D-4903); Lockheed Martin Information Systems &Global Solutions, Herndon, Va. (N65236-13-D-4904); MC Dean, Inc., Dulles, Va. (N65236-13-D-4905); SAIC, Inc., McLean, Va. (N65236-13-D-4906); Scientific Research Corp., Atlanta, Ga. (N65236-13-D-4907); Secure Mission Solutions, LLC, Washington D.C. (N65236-13-D-4908);600px-US-DeptOfNavy-Seal.svg and URS Federal Services, Inc., Germantown, Md. (N65236-13-D-4909) are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance based contract.  The contracts are for the procurement of business and force support services including the entire spectrum of non-inherently governmental services and solutions (equipment and services) associated with the full system lifecycle support including research, development, test, evaluation, production and fielding of sustainable, secure, survivable, and interoperable command, control, communication, computers, combat systems, intelligence, surveillance, reconnaissance, information operations, enterprise information services and space capabilities.  The cumulative, estimated value (ceiling) of the base year is $179,908,000.  These contracts include options, which if exercised, would bring the cumulative value (ceiling) of these contracts to an estimated $899,543,000.  Work will be performed worldwide.  Work is expected to be completed by May 2014.  If all options are exercised, work could continue until May 2018.  SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $25,000 will be obligated at the time of award as the minimum guarantee and will be split among the 15 awardees; these funds will not expire at the end of the current fiscal year.  This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling.  Funds are obligated on individual task orders for efforts that fall within the core competency areas.  The multiple award contracts were competitively procured by full and open competition via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 19 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Wyle Laboratories, Huntsville, Ala. (N00189-13-D-Z023); Delta Resources, Alexandria, Va. (N00189-13-D-Z024); and National Technologies Associates, Inc., Alexandria, Va. (N00189-13-D-Z022) are each being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract to provide professional, technical and administrative support services for the Office of the Chief of Naval Operations, Air Warfare Division (N98) in the planning, resourcing and execution of naval aviation programs, readiness and manpower to the United States Navy.  Wyle Laboratories is being awarded $29,158,582.  If options are exercised, the total aggregate value will be $59,038,129.  Delta Resources is being awarded $23,487,421.  If options are exercised, the total aggregate value will be $48,057,539.  National Technologies Associates, Inc., is being awarded $22,243,875.  If options are exercised, the total aggregate value will be $59,038,129.  The three contractors receive a combined minimum of $199,998 at the time of award.  These three contractors will compete for the task orders under the terms and conditions of the awarded contract.  Funding will be provided at the task order level.  Work will be performed in Washington, D.C., and is expected to be completed by April 31, 2016, and if all options are exercised, work will continue through April 2019.  Fiscal 2013 Navy Operations and Maintenance funds in the amount $1,648,609 will expire before the end of the current fiscal year.  The requirement was solicited electronically through Federal Business Opportunities website, with 11 offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center Norfolk, Contracting Dept., Philadelphia Office, Philadelphia, Pa., is the contracting activity.

Department of the ArmyARMY

The Boeing Co., Mesa, Ariz., was awarded a $26,067,485 modification (P00007), to a previously awarded firm-fixed-price, foreign military sales (FMS) contract W58RGZ-12-C-0089, for training and support of the Apache Block III helicopter program.  This FMS contract is in support of Saudi Arabia.  The cumulative total face value of this contract is $216,229,550.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Choctaw Manufacturing Defense Contractors, Antlers, Okla., was awarded a firm-fixed-price contract with a maximum value of $16,509,000 for the procurement of a maximum of 700,000 150mm wood boxes.  Fiscal 2012 and Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0049).

NexGen Communications, Dulles, Va., was awarded a $14,688,914 modification (0007), to a previously awarded cost-plus-fixed-fee contract (W911QX-10-D-0005), for research and development services.  Performance location and type of appropriation will be determined with each order.  The Army Contracting Command, Adelphi, Md., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Conn., was awarded an $11,377,277 modification (P00055), to a previously awarded firm-fixed-price, foreign-military-sales contract (W58RGZ-12-C-0008), to procure one UH-60M aircraft and related equipment.  This FMS contract is in support of Thailand.  The cumulative total face value of this contract is $4,819,188,496.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Orion Marine Construction Inc., Tampa, Fla., was awarded a firm-fixed-price contract with a maximum value of $8,927,250 for dredging services.  Work will be performed in La Port, Texas.  Fiscal 2013 Operations and Maintenance funds are being obligated on the award.  Four bids were solicited, with four bids received.  The Army Corps of Engineers, Galveston, Texas, is the contracting activity (W9126G-13-C-0023).

Alatec Inc., Huntsville, Ala., was awarded a firm-fixed-price contract with a maximum value of $7,538,713 to provide analytical capabilities, planning, modeling and other support services.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, White Sands Missile Range, N.M., is the contracting activity (W9124Q-13-D-0003).

Tygart Technology Inc., Fairmont, W.Va., was awarded a cost-plus-fixed-fee contract with a maximum value of $7,411,857 for research and development services.  Fiscal 2013 Research, Development, Testing and Evaluation funds are being obligated on this award.  The bid was solicited through the Internet, with two bids received. The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-A201).

CACI-ISS Inc., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $6,505,452 to provide management services to the Air Force Expeditionary Contingency Medical Materiel.  Performance location and type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K04-13-D-0031).

Constellation NewEnergy Inc., Baltimore, Md., (W912DY-13-D-0021); ECC Renewables LLC, Burlingame, Calif., (W912DY-13-D-0022); Enel Green Power North AmericaDepartment of the Army Inc., Andover, Mass., (W912DY-13-D-0023); LTC Federal LLC, Detroit, Mich., (W912DY-13-D-0024); and Siemens Government Technologies, Arlington, Va., (W912DY-13-D-0025); were awarded indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple-award, task-order contract with a maximum value of $7,000,000,000 for the procurement of energy from renewable and alternative energy production facilities that are designed, financed, constructed, operated and maintained by private sector entities on private land under the jurisdiction of the Department of Defense.  Work location and type of appropriation will be determined with each task order.  The bid was solicited through the Internet, with 16 bids received.  The Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Kiewit Infrastructure West Co., Fairfield, Calif., was awarded a firm-fixed-priced contract with a maximum value of $255,525,030 for dam modification services.  Work will be performed in Folsom, Calif.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-13-C-0005).

General Atomics Aeronautical Systems Inc., Poway, Calif., was awarded a $110,261,703 modification (P00032), to a previously awarded cost-plus-incentive-fee contract W58RGZ-12-C-0075, for Gray Eagle Unmanned Aircraft Systems product support and fleet sustainment operations.  The total cumulative face value of this contract is $354,683,431.  Work will be performed in Afghanistan.  Fiscal 2013 Operations and Maintenance and other Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

M.A. Mortenson Co., Minneapolis, Minn., was awarded a firm-fixed-price contract with a maximum value of $94,876,000 for the construction of barracks on Fort Carson, Colo.  Fiscal 2012 Military Construction contract funds are being obligated on this award.  The bid was solicited through the Internet, with 14 bids received.  The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-13-C-0005).

Eaton Aerospace, Jackson, Miss., was awarded a $25,021,735 modification (0002), to  previously awarded firm-fixed-price contract W58RGZ-13-D-0060, for the procurement of hydraulic parts in support of the CH-47.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

L-3 Communication Corp., Muskegon, Mich., was awarded a $21,958,353 modification (P00086), to previously award firm-fixed-price contract W56HZV-09-C-0098, for the procurement of Hydromechanical Power Train 500-3ECB transmissions.  The total cumulative face value of this contract is $190,395,688.  Fiscal 2013 Procurement Contract funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Pocal Industries Inc., Scranton, Penn., was awarded a firm-fixed-price contract with a maximum value of $20,935,246 for the procurement of various point detonating practice fuzes to support the load facilities for mortar cartridge ammunition.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0051).

Fordice Construction Co., Vicksburg, Miss., was awarded a firm-fixed-price contract with a maximum value of $13,081,750 for construction services at St. Francisville, La. Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0022).

600px-US-DeptOfNavy-Seal.svgNAVY

Aliron International, Inc.*, Bethesda, Md. (N62645-13-D-5022); The Arora Group, Inc.*, Gaithersburg, Md. (N62645-13-D-5023); Donald L. Mooney, LLC doing business as Nurses Etc. Staffing*, San Antonio, Texas (N62645-13-D-5024); Federal Staffing Resources, LLC*, Annapolis, Md. (N62645-13-D-5025); International Healthcare Staffing Alliance*, Honolulu, Hawaii (N62645-13-D-5026); and Medtrust, LLC*, San Antonio, Texas (N62645-13-D-5027) are each being awarded a 60-month, firm-fixed-priced, indefinite-delivery/indefinite-quantity, multiple award, task order contract for various medical services that include the labor categories of physicians, allied health, advanced practice nurses, nursing, technologists, technicians, and assistants.  The aggregate not-to-exceed amount for these multiple award contracts combined is $387,038,480.  These six contractors will have the opportunity to bid on each individual task order.  Work will be performed at Naval Hospital Camp Lejeune, N.C. (75 percent); Naval Hospital Beaufort, S.C. (10 percent); Naval Health Clinic, Cherry Point, N.C. (8 percent); Naval Hospital, Charleston, S.C. (5 percent); and all surrounding branch clinics (2 percent) in the Carolina region of the United States, and work is expected to be completed by July 31, 2018.  Fiscal 2013 Defense Health Program funds in the aggregate amount of $150,000 will be obligated at the time of award, and the funds will expire at the end of the current fiscal year.  Funding is predominantly from the Defense Health Program; however, other funding initiatives such as Psychological Health/Traumatic Brain Injury, Overseas Contingency Operations and Wounded, Ill, and Injured may be used.  These are all one-year funding types.  These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside; 44 offers were received.  The Naval Medical Logistics Command, Fort Detrick, Md., is the contracting activity.

Ultra Electronics, Austin, Texas is being awarded a $15,364,212 indefinite-delivery/indefinite-quantity, firm-fixed-price, performance based contract for the procurement of engineering and technical services to support Air Defense Systems Integrator systems, communication systems, and satellite communication systems.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $44,486,000.  This contract action establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling.  Navy Working Capital funds in the amount of $220,000 will be obligated at the time of award.  Work will be performed in Austin, Texas (70 percent); outside the continental U.S. (12 percent); Norfolk, Va. (9 percent); and San Diego, Calif. (9 percent), and work is expected to be completed by May 2014.  If all options are exercised, work could continue until May 2016.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Command Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-7003).

The Boeing Co., Seattle, Wash., is being awarded a $14,659,507 modification (P00076) to a previously awarded firm-fixed-price contract N00019-09-C-0022 for interim contractor support for the P-8A aircraftto include in service support, acquisition logistics support, consumables replenishment, repair of repairables, aircraft on ground, and engine remove and replace.  Work will be performed in Dallas, Texas (56 percent) and Seattle, Wash. (44 percent); and is expected to be completed in November 2013.  Fiscal 2012 and 2013 Aircraft Procurement NavyContract funds in the amount of $14,659,507 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Tempe, Ariz., has been awarded a maximum $165,133,799 modification (P00435) extending the three year base contract SPE740-01-D-9711 with three three-year option periods for an additional eighteen months for consumable and depot level reparable spare parts that support multiple weapons systems.  The contract is a firm-fixed-price, indefinite-delivery requirements contract.  Location of performance is Arizona with a Nov. 6, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va.

Tullahoma Industries, LLC,* Tullahoma, Tenn., has been awarded a maximum $59,389,738 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for threeDefense_Logistics_Agency types of Permethrin Army Combat Uniform trousers.  Locations of performance are Tennessee and Alabama with a May 6, 2014 performance completion date.  Using military service is Army.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM1C1-13-D-1050).

Pazos Fuel Services, Inc.,** San Juan, Puerto Rico, has been awarded a maximum $18,865,784 fixed-price with economic-price-adjustment contract for an into-plane requirement for jet fuel.  Location of performance is Puerto Rico with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital Funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0075).

Weinbrenner Shoe Co., Inc.,* Merrill, Wis., has been awarded a maximum $13,452,923 modification (P00003) exercising the first option year of contract SPM1C1-12-D-1040 with four one-year option periods for hot weather, steel toe boots.  The contract is a firm-fixed-price contract.  Location of performance is Wisconsin with an Aug. 6, 2014 performance completion date.  Using military services are Army, and Air Force.  Type of appropriation is Fiscal 2013 through Fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Northrop Grumman Space and Missile Systems Corp., San Diego, Calif., was awarded a $89,425,943 cost-plus-fixed-fee contract modification (P00076) to FA8726-09-C-0010.  This modification extends the operation and logistics support for Battlefield Airborne Communications Node (BACN) payloads, and the contractor shall provide all labor, resources, equipment other direct costs, and travel of contractor personnel for deployment support and operation of the fielded BACN equipped systems.  Work will be performed at San Diego, Calif., and OCONUS at locations where currently deployed, and is expected to be completed by June 22, 2014.  Fiscal 2013 Operations and Maintenance funds in the amount of $7,500,000 are being obligated at time of award.  Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

NAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $60,800,000 modification to previously awarded contract (N00024-09-C-2116) in order to provide the ability to procure additional long lead material for CVN 79 if required.  The current contract has been in place since 2009.  This contract will provide all services and material in preparation for construction of CVN 79 including necessary research studies; engineering; design; related development efforts; advance planning; advance procurement for detail design and procurement of long lead material; advance construction; life cycle support; logistics data and other data.  Work will be performed in Newport News, Va., and is expected to be complete by October 2015.  Additional funding is not being obligated at this time.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

General Electric Co., Lynn, Mass., is being awarded a $45,156,940 modification to a previously awarded firm-fixed-price contract (N00019-11-C-0045) to exercise an option for the procurement of seven F414-GE-400 spare engines for the F/A-18E/F aircraft.  In addition, this modification provides for the procurement of one fan module; 13 high pressure compressor modules; 9 high pressure turbine modules, and 8 low pressure turbine modules.  Work will be performed in Lynn, Mass. (59 percent); Hooksett,600px-US-DeptOfNavy-Seal.svg N.H. (18 percent); Rutland, Vt. (12 percent); and Madisonville, Ky. (11 percent), and is expected to be completed in November 2015.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $45,156,940 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Booz Allen Hamilton Engineering Services, LLC, Annapolis, Md., is being awarded a $30,864,036 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for support of emerging navigation technologies for air and shipboard command, control, communications, computers, intelligence, surveillance, reconnaissance system applications.  The contract includes project management, systems engineering, integration, requirements analysis, basic research, development, testing, and life-cycle sustainment of both software and hardware related to emerging and existing technologies.  This is a multiple award and one of two contracts awarded; both awardees will compete for task orders during the ordering period.  This three-year contract includes one two-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $52,711,864.  Work will be performed in Annapolis, Md. (80 percent); San Diego, Calif. (10 percent); and Los Angeles, Calif. (10 percent), and work is expected to be completed on May 5, 2016.  Contract funds will not expire at the end of the current fiscal year.  Fiscal 2013 Research, Development, Test and Evaluation funds will be obligated against individual task orders as they are issued.  This contract was competitively procured via full and open solicitation and published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with two proposals received and recommended for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0106).

Coherent Technical Services, Inc.,* Lexington Park, Md., is being awarded a $29,057,148 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for support of emerging navigation technologies for air and shipboard command, control, communications, computers, intelligence, surveillance, reconnaissance system applications.  The contract includes project management, systems engineering, integration, requirements analysis, basic research, development, testing, and life-cycle sustainment of both software and hardware directly related to emerging and existing technologies.  This is a multiple award and one of two contracts awarded; both awardees will compete for task orders during the ordering period.  This three-year contract includes one two-year option which, if exercised, would bring the potential, cumulative value of this contract to an estimated $49,528,498.  Work will be performed in Lexington Park, Md. (80 percent); San Diego, Calif. (10 percent), and Los Angeles, Calif. (10 percent), and work is expected to be completed May 5, 2016.  Contract funds will not expire at the end of the current fiscal year.  Fiscal 2013 Research, Development, Test and Evaluation funds will be obligated against individual task orders as they are issued.  This contract was competitively procured via full and open solicitation and published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with two proposals received and recommended for award.  The Space and Naval Warfare Systems Center Pacific, Calif., is the contracting activity (N66001-13-D-0107).

Martin Baker Aircraft Co. Ltd., Upper Denham, Near Uxbridge, Middlesex, England, is being awarded a $25,222,844 modification to a previously awarded firm-fixed-price contract (N00019-12-C-0066) to exercise an option for the procurement of 100 Navy aircrew common ejection seats (NACES) for F/A-18 series and EA-18G aircraft for the U.S. Navy and Marine Corps.  In addition, this contract provides for the procurement of NACES hardware, equipment, technical data, and production support services for the U.S. Navy, U.S. Marine Corps, the National Aeronautics and Space Administration (NASA) and the government of Finland.  Work will be performed in Johnstown, Pa. (60 percent), and Upper Denham, Near Uxbridge, Middlesex, England (40 percent), and is expected to be completed in April 2015.  Fiscal 2013 Aircraft Procurement Navy; fiscal 2013 National Guard and Reserve Equipment, Defense; fiscal 2013 Procurement of Ammunition, Navy and Marine Corps; Foreign Military Sales funding; DoD Working Capital funds and NASAfunds in the amount of $25,222,844 will be obligated at time of awarded, $2,907,006 of which will expire at the end of the current fiscal year.  This contract combines purchase for the U.S. Navy and Marine Corps ($25,034,076; 99 percent), NASA ($4,389; 0.3 percent) and the government of Finland ($184,379; 0.7 percent) under the FMSProgram.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-12-C-0066).

Communications & Power LLC, Palo Alto, Calif., is being awarded a $6,903,501 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for evaluations, minor and major repairs and rebuilds of the AN/SPS-49 Klystron Traveling Wave Tubes for U.S. Navy ships.  The Klystron Traveling Wave Tube is part of the AN/SPS-49 air search radar that detects and tracks airborne objects within range of the ship board radar.  Work will be performed in Palo Alto, Calif., and is expected to be completed by May 2018.  Working Capital funds in the amount of $6,903,501 will be obligated at time of award, and contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements.  Reference FAR 6.302-1.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-GR22).

Missile Defense AgencyMISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona is being awarded a cost-plus-award-fee modification (P00038) under contract (HQ0276-11-C-0002).  The total not-to-exceed value of this effort is $28,310,153, increasing the total contract value from $660,771,762 to $689,081,915.  Under this modification, the contractor will perform activity post-preliminary design review through software release for capability against multiple threats.  The work will be performed in Tucson, Ariz., with an expected completion date of Sept. 30, 2015.  This effort will be incrementally funded with fiscal 2012 through 2015 Research and Development funds.  The modification is a sole-source acquisition.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Bergin Fruit and Nut Co., Inc., ** St. Paul, Minn., has been awarded a maximum $6,648,184 fixed-price with economic-price-adjustment, indefinite-quantity contract toDefense_Logistics_Agency provide fresh fruit and vegetable support for non-Department of Defense customers in the Minnesota zone.  Location of performance is Minnesota with a Nov. 11, 2014 performance completion date.  Using service is U.S. Department of Agriculture School and tribal customers.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-S207).

B/E Aerospace, Inc., Consumables Management, Miami, Fla., has been awarded a maximum $6,606,850 firm-fixed-price, indefinite-delivery/ indefinite-quantity with price redetermination contract for various parts for engines, avionics, wheels, and brakes.  Location of performance is Florida with a May 5, 2017 performance completion date.  Using services are Army, Navy, and Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Va., (SPM4AX-13-D-9402).

Defense_Commissary_Agency_logoDEFENSE COMMISSARY AGENCY

Coast Produce Co., Los Angeles, Calif., is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables (FF&V), live potted plants, and ornamental produce for resale at 36 commissary store locations in Defense Commissary Agency’s (DeCA) West Area, considered Area 6.  The estimated award amount is $75,098,651.  Contractor will deliver FF&V, live potted plants, and ornamental produce to the store locations as needed.  The contract is for a two-year base period beginning June 1, 2013 through May 31, 2015.  Three one-year option periods are available.  If all option periods are exercised, the contract will be completed May 31, 2018.  Contract funds will not expire at the end of the current fiscal year.  Forty-two firms were solicited and seven offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, Commodities Division, Fort Lee, Va., (HDEC02-13-D-0012).

Military Produce Group LLC., Norfolk, Va., is being awarded an indefinite-delivery, requirements-type contract to provide fresh fruits and vegetables (FF&V), live potted plants, and ornamental produce for resale at 42 commissary store locations in DeCA’s East and Central Areas, considered Area 3, Group 1 and 2.  The estimated award amount is $52,026,419.  Contractor will deliver FF&V, live potted plants, and ornamental produce to the store locations as needed.  The contract is for a two-year base period beginning June 1, 2013 through May 31, 2015.  Three one-year option periods are available.  If all option periods are exercised, the contract will be completed May 31, 2018.  Contract funds will not expire at the end of the current fiscal year.  Seventeen firms were solicited and seven offers were received.  The contracting activity is the Defense Commissary Agency, Resale Contracting Directorate, Commodities Division, Fort Lee, Va., (HDEC02-13-D-0011). 

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $48,628,316 modification to previously awarded contract (N00024-10-C-4308) for the USS Laboon (DDG 58) fiscal 2013 extended drydocking selected restricted availability.  An extended drydocking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  Work will be performed in Norfolk, Va., and is expected to be completed by December 2013.  Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy contract funds in the amount of $46,915,363 will be obligated at time of award, and will expire at the end of the current fiscal year.  Norfolk Ship Support Activity, Norfolk, Va., is the contracting activity.

Epsilon Systems Solutions, Mission Solutions Group, Inc., San Diego, Calif., is being awarded a $21,649,304 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for technical services for environmental resources projects in support of the Naval Air Warfare Center Weapons Division Range Department.  Work will be600px-US-DeptOfNavy-Seal.svg performed in China Lake, Calif. (65 percent); San Nicolas Island, Calif. (25 percent), and Patuxent River, Md. (10 percent), and is expected to be completed in May 2018.  Fiscal 2013 Research, Development, Test & Evaluation Navy contract funds in the amount of $24,907 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; 13 companies were solicited and three offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0015).

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $17,656,225 cost-plus-fixed-fee contract to provide training material, development and maintenance, instructor services, program management, administration and training systems in support of the Center for Surface Combat Systems.  This contract involves Foreign Military Sales (FMS) to Norway (81 percent) and South Korea (19 percent).  Work will be performed in Dahlgren, Va. (50 percent), and Moorestown, N.J. (50 percent), and is expected to be completed by December 2015.  FMS funding in the amount of $2,050,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-4, DFARS 206.302-4, and pursuant to 10 U.S.C. 2304 (c)(4), full and open competition need not be provided for when precluded by terms of an international agreement.  The Naval Surface Warfare Center, Dahlgren Division is the contracting activity (N00178-13-C-1022).

3 Phoenix Inc.*, Chantilly, Va., is being awarded an $8,767,580 cost-plus-fixed-fee contract for engineering services to support software development, procurement of commercial off-the-shelf products, and hardware/software integration required to provide improved technology for U.S. Navy open architecture and network-centric operations and warfare systems in support of Virginia-class submarines and other submarine and surface ship systems.  This effort is for a follow-on Phase III of a Small Business Innovative Research, topic number N04-138 — Real-time Data Fusion and Visualization Interface for Environmental Research Data.  These services will be rendered as needed to support the Navy’s initiative to maintain the pace of performance improvement through judicious use of lower power electronics, advanced algorithm design, and innovative applications of open software and hardware.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $75,000,000.  Work will be performed in Chantilly, Va. (40 percent); Wake Forest, N.C. (40 percent); and Hanover, Md. (20 percent), and is expected to be completed by May 2018.  Fiscal 2013 Research, Development, Test & Evaluation funding in the amount of $125,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(5), Authorized or Required by Statue 15 U.S.C. 638 (r) Aid to Small Business.  The Naval Sea Systems command, Washington, D.C., is the contracting activity (N00024-13-C-6264).

International Marine and Industrial Applicators LLC., Bremerton, Wash., is being awarded a $7,890,589 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N4523A-12-D-0003) for the procurement of long-lead-time material for the preservation of U.S. Navy ships.  Delivery Order #0005 is being executed under contract line item number 0001 for planning and execution of preservation work for U.S. Navy carriers, submarines and surface ships.  The purpose of the contract is to provide preservation efforts in support of the maintenance and modernization so as to maximize vessel readiness.  Work will be performed in Bremerton, Wash., and is expected to be completed by June 2014.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $7,890,589 will be obligated at time of award, and will expire at the end of the current fiscal year.  Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Wash., is the contracting activity.

Thornhill Research Inc., Toronto, Ontario, is being awarded $7,756,896 for delivery order #0002 to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-13-D-5003) for 68 Portable Patient Transport Life Support Systems and field level maintenance spare parts in support of the Program Manager Combat Support Systems.  All work is to be performed in Toronto, Ontario, and is expected to be completed by Feb. 28, 2014.  Fiscal 2012 Procurement, Marine Corps contract funds in the amount of $7,756,896 will be obligated at time of award and will not expire at the end of this this fiscal year.  This delivery order is issued against a previously awarded contract solicited through full and open competition, with two offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

MK Joint Venture (FA8501-13-D-0006), Colorado Springs, Colo.; Patriot Comm, (FA8501-13-D-0007) Woodbridge, Va., and Contract and Purchasing Solutions Inc. (FA8501-13-D-0008), Lake Park, Ga. are being awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for design-build and/or construction-only type projects.  Work will be performed at Robins Air Force Base, Ga., with a base 12-month period and four 12-month option periods.  No funds are being obligated at time of award but will be obligated on future individual orders with operations and maintenance funds.  This award is a result of a service disabled veteran owned small business competitive set-aside with 18 offers received.  All awarded companies met the service disabled veteran owned small business requirements.  Air Force Sustainment Center contracting office, Robins Air Force Base, Ga., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Genco Infrastructures Solutions Inc., Pittsburgh, Pa., has been awarded a maximum $9,773,739 fixed-price-incentive-firm, cost-reimbursement contract to provideDefense_Logistics_Agency non-government furnished warehousing and distribution support services.  Location of performance is Pennsylvania and Bahrain, Southwest Asia, with a June 1, 2014 performance completion date.  Using service is Defense Logistics Agency Distribution.  Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pa. (SP3300-13-C-5002).

Petromax LLC.*, Bay City, Texas, has been awarded a maximum $8,036,875 modification (P00004) exercising the remainder of the first option year of a one year base contract (SP0600-12-D-0461) with one one-year option period for fuel.  The modification is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Texas, with a Nov. 30, 2013 performance completion date.  Using service is Israel.  Type of appropriation is fiscal year 2013 Foreign Military Sales funding.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

CORRECTION

AIR FORCE

Correction–No. 284-13, April 30:  Lockheed Martin Aeronautics Corp., Fort Worth, Texas, contract modification for $830,000,000 (FA8615-12-C-6012 P00008) should have read-work will be performed in Fort Worth, with an expected completion date of December 2018.

600px-US-DeptOfNavy-Seal.svgNAVY

AMEC Environment and Infrastructure Inc., Plymouth Meeting, Pa. (N33191-13-D-0838); ECC-MEZZ, Joint Venture, Burlingame, Calif. (N33191-13-D-0839); ITSI Gilbane Co., Walnut Creek, Calif. (N33191-13-D-0840); Joint Venture SKE Djibouti, Karlstadt, Germany (N33191-13-D-0841); Lakeshore TolTest Corp., Detroit, Mich. (N33191-13-D-0842); and P&S Construction Inc., North Chelmsford, Mass. (N33191-13-D-0843), are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily at Camp Lemonnier Djibouti (CLDJ), and within the Naval Facilities Engineering Command (NAVFAC) Europe, Africa, Southwest Asia (EURAFSWA) area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all six contracts combined is $75,000,000.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  P&S Construction Inc., is being awarded task order #0001 at $15,187,000 for the construction of a new telecommunication facility to replace existing building and construction of an aircraft maintenance hangar at CLDJ, Africa.  Work for this task order is expected to be completed by March 2015.  All work on this contract will be performed in the NAVFAC EURAFSWA AOR, which includes Africa (97 percent), Bahrain (1 percent), Italy (1 percent), and Greece (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of April 2018.  Fiscal 2013 Operation and Maintenance, Navy and Fiscal 2009 Military Construction, Navy contract funds in the amount of $15,312,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with 28 proposals received.  The Naval Facilities Engineering Command, Europe, Africa, Southwest Asia is the contracting activity.

Moog Inc., Torrance, Calif., is being awarded a $39,742,239 firm-fixed-price requirements contract to provide for repair coverage of seven items required to support the F/A-18 aircraft.  The work will be performed in Torrance Calif., and work is expected to be completed by Nov. 4, 2015.  Navy Working Capital funds will not be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was solicited on a sole source basis in accordance with 10 U.S.C. 2304(c)(1).  Naval Supply Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-016D).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $20,100,000 fixed-price-incentive, firm-target, advance acquisition contract to provide long lead parts, materials and components required for the delivery for two low rate initial production Lot II F-35 Lightning II Joint Strike Fighter conventional takeoff and landing aircraft for the government of Israel.  Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2014.   Foreign Military Sales funding in the amount of $20,100,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to the FAR 6.302-4.  The Naval Air Systems Command, Patuxent River, Md., is the contracting authority (N00019-13-C-0013).

HDT Expeditionary Systems Inc., Buena Vista, Va., is being awarded a $12,519,864 modification to delivery order #0001 on previously awarded contract number (M67854-13-D-5034) for the arctic shelter system.  This delivery order modification is to support the product manager, combat support equipment, program manager combat support systems, for the fielding and sustainment of the arctic shelter system and associated contractor travel for training support.  Work will be performed in Buena Vista, Va. (99.89 percent) and Okinawa, Japan (0.11 percent), and is expected to be completed by May 31, 2014.  Fiscal 2013 Operations and Maintenance Overseas Contingency Overseas contract funds in the amount of $12,519,864 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Concurrent Technologies Corp., Johnstown, Pa., is being awarded an $8,359,958 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N61331-09-D-0004) to provide additional engineering and fabrication services in support of the ongoing development and testing for the carriage, stream, tow and recovery system. Work will be performed in Johnstown, Pa., and is expected to be completed by February 2015.  No funding will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity.

Northrup Grumman, Bethpage, N.Y. is being awarded $7,000,000 for ceiling-priced delivery order #7168 under a previously awarded basic ordering agreement (N00383-12-G-034G) for the repair of 13 line items on the advanced electronic attack system used on the EA-18G Growler aircraft.  Work will be performed in Elkridge, Md., and is expected to be completed by May 2, 2015.  Fiscal 2013 Navy Working Capital funds in the amount of $3,516,000 be obligated at the time of award, and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with10 U.S.C. 2304 (c)(1).  The Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-12-G-034G).

DEFENSE LOGISTICS AGENCY

Charleston Aluminum LLC.*, Gaston, S.C., has been awarded a maximum $49,429,000 modification (P00013) exercising the second option year of a two-year base contract (SPM8E5-10-D-0012) with three one-year option periods for heat-treated aluminum sheet and plate materials.  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is South Carolina, with a May 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

AMI Metals Inc., Brentwood, Tenn., has been awarded a maximum $48,913,000 modification (P00014) exercising the second option year of a two-year base contractDefense_Logistics_Agency (SPM8E5-10-D-0011) with three one-year option periods for heat-treated aluminum sheet and plate materials.  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Tennessee, with a May 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

TW Metals, Carol Stream, Ill., has been awarded a maximum $41,266,000 modification (P00027) exercising the second option year of a two-year base contract (SPM8E5-10-D-0010) with three one-year option periods for heat-treated aluminum sheet and plate materials.  The modification is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois, with a May 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Signature Flight Support Corp., Savannah, Ga., has been awarded a maximum $23,179,656 fixed-price with economic-price-adjustment contract for fuel.  Location of performance is Savannah Hilton Head International Airport, Savannah Ga., with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. (SP0600-13-D-0038).

Avfuel Corp.*, Ann Arbor, Mich., has been awarded a maximum $7,892,059 fixed-price with economic-price-adjustment contract for fuel.  Location of performance is Michigan and Miami International Airport, Miami, Fla., with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. (SP0600-13-D-00395).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

FlightSafety Services Corp., Centennial, Colo., was awarded a $78,369,818 fixed-price-incentive-firm and firm-fixed-price contract for engineering, manufacturing and development of the KC-46 aircrew training system, including delivery of courseware and simulator-based training systems.  The initial obligation will be $1,000,000.  The remaining amount will be incrementally funded.  This contract contains options for production, training, operations and sustainment that if exercised will increase the value of the contract.  Work will be performed at Broken Arrow, Okla., and St. Louis, Mo., and is expected to be completed by 2026 if all options are exercised.  This award is the result of a competitive acquisition and five offers were received.  Type of appropriation is fiscal 2012.  The contracting activity is Simulators Division Contracting, Air Force Life Cycle Management Center/WNSK (FA8621-13-C-6247).

DEFENSE LOGISTICS AGENCY

SRI International, Menlo Park, Calif., has been awarded a maximum $32,509,814 requirements-type, cost-reimbursement contract with a three year base and two one-Defense_Logistics_Agencyyear option periods for the generalized emulation of microcircuits production program for Federal Supply Class 5962 providing full-scale production of micro-electronic devices that meet the form, fit, function, and interface of original devices that have become obsolete.  The award is a result of a sole source acquisition.  Locations of performance are California and New Jersey, with an April 29, 2016 performance completion date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal year 2013 Operation and Maintenance Price Comparability.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio; SPM7MX-13-D-0081.

600px-US-DeptOfNavy-Seal.svgNAVY

General Dynamics Advanced Information Systems (GDAIS), Bloomington, Minn., is being awarded a $31,469,985 five-year performance based logistics requirements contract to provide support for six mission computers that are used on F/A 18 E/F, EA-18G, and AV-8B aircraft.  These items are considered mission critical to operations of these aircraft.  The work will be performed in Bloomington, Minn., and work is expected to be completed by April 2018.  Fiscal 2013 Navy Working Capital funds in the amount of $2,855,007 will be obligated at the time of award, and will not expire by the end of the current fiscal year.  This is an urgent requirement and only GDAIS was solicited in accordance with 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1.  The Naval Supply Weapon Systems Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-051G).

Global, A 1st Flagship Co., Irvine, Calif., is being awarded a $6,958,433 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide services, day-to-day operational support, administration, operation, alteration and maintenance/repair of vessels assigned to Naval Sea Systems Command Inactive Ship On-Site Maintenance Office Pearl Harbor, Hawaii.  This includes receipt, inspection, survey, maintenance, and disposal of naval vessels.  The contract contains four options, which if exercised, will bring the contract value to $32,423,737.  Work will be performed in Pearl Harbor, Hawaii (95 percent) and San Diego, Calif., (5 percent), and is expected to be completed May 31, 2014.  If all options are exercised, work will continue through May 31, 2018.  Fiscal year 2013 and 2014 Navy Operations and Maintenance in the amount of $6,958,433 funding, will be obligated at the time of the award, of which $2,319,477 will expire before the end of the current fiscal year.  The contract was competitively procured through Federal Business Opportunities as 100 percent small business set aside, with five offers received in response to the solicitation.  NAVSUP Fleet Logistics Center, Norfolk, Contracting Dept., Philadelphia Office, Philadelphia, Pa., is the contracting activity.

ARMY

Science and Engineering Services LLC, Huntsville, Ala., (W58RGZ-13-D-0048); and Support Systems Associates Inc., Melbourne, Fla., (W58RGZ-13-D-0047); were awarded an indefinite-delivery/indefinite-quantity, multiple-award, firm-fixed-price contract with a maximum value or $1,500,000,000 for services in support of Army Aviation program management.  Work location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with five bids received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Target Construction Inc., Henderson, Nev., was awarded a firm-fixed-price contract with a maximum value of $41,560,092 for construction services in support of theDepartment of the Army Hurricane Protection System.  Work will be performed in Belle Chasse, La.  Fiscal 2013 procurement contract funds are being obligated on this award.  The bid was solicited through the Internet, with 14 bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0024).

Lee & Ryan Environmental Consulting Inc., Greenfield, Ind., (W912QR-13-D-0024); Northview Enterprises Inc., Louisville, Ky., (W912QR-13-D-0025); Crossroads-Sergent Construction JV, Owingsville, Ky., (W912QR-13-D-0026); Semper Tek Inc., Lexington, Ky., (W912QR-13-D-0027); and VSGI-Patrick JV, Oakbrook Terrace, Ill., (W912QR-13-D-0028); were awarded a multiple-award-task-order, firm-fixed-price contract with a maximum value of $20,000,000 for construction and service projects military and civil programs.  Work will be performed within the Army Corps of Engineers, Louisville District, mission area.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 19 bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity.

Louisiana Workforce Commission, Baton Rouge, La., was awarded a $9,581,060 modification (No. P00005), to a previously awarded firm-fixed-price contract (W9124E-12-D-0002), for food services to training units at Fort Polk, La.  Type of appropriation will be determined with each order.  The Army Contracting Command, Fort Polk, La., is the contracting activity.

TRAX International Corp., Las Vegas, Nev., was awarded a $9,333,333 modification (No. P00099), to a previously awarded cost-plus-award-fee contract (W9124R-09-C-0003), for test services in support of the Army Yuma Proving Ground, Ariz.  Work will be performed in Yuma, Ariz., and Fort Greely, Alaska.  Fiscal 2013 Research, Development, Test and Evaluation contract funds are being obligated on this award.  The Army Contracting Command, Yuma, Ariz., is the contracting activity.

JCB Inc., Pooler, Ga., was awarded a firm-fixed-price contract with a maximum value of $8,739,876 for logistic services and spare parts in support of the High Mobility Engineer Excavator.  Work location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0096).

600px-US-DeptOfNavy-Seal.svgNAVY

Booz Allen Hamilton, McLean, Va., is being awarded an estimated $65,560,655 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Defense Readiness Support System-Navy to include: systems engineering, integration, test and evaluation, and lifecycle support; technical support services required to augment readiness programs and projects; and market research of commercial and/or military hardware or software for use within readiness reporting and management or associated interface programs and other integrated systems and equipment.  Work will be performed in Norfolk, Va., (53 percent) and McLean, Va., (47 percent) and work is expected to be completed April 29, 2016.  This is a multiple-award contract and one of two contracts awarded:  both awardees will compete for task orders during the ordering period.  Operations & Maintenance Navy funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website, with three proposals received and two selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0045).

InnovaSystems International, LLC, San Diego, Calif., is being awarded an estimated $58,704,051 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support the Defense Readiness Support System-Navy to include: systems engineering, integration, test and evaluation, and lifecycle support; technical support services required to augment readiness programs and projects; and market research of commercial and/or military hardware or software for use within readiness reporting and management or associated interface programs and other integrated systems and equipment.  Work will be performed in Norfolk, Va., (53 percent) and San Diego, Calif., (47 percent) and work is expected to be completed April 29, 2016.  This is a multiple award contract and two contracts awarded:  both awardees will compete for task orders during the ordering period.  Operations & Maintenance Navy funds will be obligated against individual task orders as they are issued.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website, with three proposals received and two selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0044).

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $49,435,634 firm-fixed-price contract for the fiscal 2013, USS Porter (DDG 78) extended dry-docking selected restricted availability.  The contract includes options which, if exercised, would bring the cumulative value of this contract to $61,289,100.  All work will be performed in Norfolk, Va., and is expected to be completed by April 2014.  Fiscal 2013 Operations & Maintenance, Navy funds and fiscal 2013 Research, Development, Test & Evaluation funding in the amount of $49,435,634 will be obligated at time of award.  Contract funds in the amount of $44,509,472 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two proposals received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-4400).

Softchoice Corp., McLean, Va., is being awarded $17,502,052 for delivery order (#0015) against a single award Blanket Purchase Agreement (M67854-12-A-4701) to procure Microsoft brand name software support known as Software Assurance.  Work will be performed in Mclean, Va., and work is expected to be completed May 31, 2014.  Fiscal 2013 Operation and Maintenance contract funds in the amount of $17,502,052 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

Rolls Royce, plc, Bristol, England is being awarded $8,081,795 for firm-fixed-priced delivery order (#5003) under a previously awarded basic ordering agreement (N00383-13-G-002M) for the procurement of 4,280 each High Pressure Turbine Blades (HPT1) used in support of the F402 engine for the AV-8B aircraft.  Work will be performed at Rolls Royce, plc, Bristol, England and work is expected to be completed by Sept. 20, 2014.  Fiscal 2013 Navy Working Capital funds in the amount of $8,081,795 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  There was one firm solicited and one offer received in response to this solicitation, in accordance with FARS 6.302-1.  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Corp., Fort Worth, Texas, is being awarded an $830,000,000 firm-fixed-price, cost-plus-fixed-fee modification (P00008 ) to contract356px-Seal_of_the_US_Air_Force.svg FA8615-12-C-6012 for additional production of 18 Iraq F-16 aircraft and associated support equipment, technical orders, integrated logistics support, contractor logistics support and an electronic warfare system. Work will be performed in Fort Worth with an expected completion date of April 30, 2014.  This contract modification is foreign military sales with $406,700,000 obligated at time of award.  This contract was a sole-source acquisition.  The Air Force Life Cycle Management Center/WWMK at Wright-Patterson Air Force Base, Ohio is the contracting activity.

Logos Technologies, Inc., Arlington, Va., was awarded a ceiling $49,750,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to develop and evolve enhanced and advanced techniques and capabilities for efficient collection, advance analytics and analysis of multiple sources of large data stores.  Work will be performed in Arlington, and expected to be completed in April 2018.  The award is a result of a competitive acquisition with one offer received.  Fiscal 2013 through fiscal 2015 Research, Development, Test and Evaluation funds in the amount of $50,000 will be obligated at time of award.  Air Force Research Laboratory/RIKE, Rome, N.Y., is the contracting activity (FA8750-13-D-0044).

Boeing Defense, Space & Security, St. Louis, Mo., has been awarded a $13,650,000 firm-fixed-price, cost-plus-fixed-fee contract (FA8505-13-C-0005) for F-15 C/D computerized fault reporting system (CFRS) and aircraft maintenance debriefing system (AMDS).  The contract action is for a three-year base with two one-year options.  Services to be provided include, but are not limited to, providing fully-trained personnel to operate and maintain CFRS and AMDS equipment, and to provide CFRS familiarization training to Royal Saudi Air Force members.  Work will be performed in Saudi Arabia and is expected to run through May 4, 2018 if all options are exercised.  This contract involves Foreign Military Sales (FMS).  FMS funds in the amount of $7,724,324 are being obligated at time of award.  Air Force Life Cycle Management Center/ WWKA, Robins Air Force Base, Ga., is the contracting activity.

Relief Enterprises, Inc., Austin, Texas, was awarded a $7,604,312 firm-fixed-price contract for installation-wide custodial services for Joint Base San Antonio (JBSA), Fort Sam Houston, Texas.  Work will be performed at JBSA and is expected to be complete by Dec. 31, 2014.  The award is a result of a sole-source acquisition.  Fiscal 2013 Air Force Operations and Maintenance funds in the amount of $684,684 will be obligated at time of award.  The 502d contracting squadron, Fort Sam Houston, Texas, is the contracting activity (FA3016-13-F-0009).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Creighton AB, Inc.,* Reidsville, N.C., has been awarded a maximum $40,000,000 contract for men’s Air Force lightweight jackets.  The award is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Locations of performance are North Carolina and New York with an April 30, 2014 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPE1C1-13-D-1011).

SRI International, Menlo Park, Calif., has been awarded a maximum $32,509,814 requirements type contract with a three year base and two one-year option periods for the Generalized Emulation of Microcircuits Production program for Federal Supply Class 5962 providing full-scale production of micro-electronic devices that meet the form, fit, function, and interface of original devices that have become obsolete.  The award is a sole-source, cost-reimbursement contract.  Locations of performance are California and New Jersey with an April 29, 2016 performance completion date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2013 Operation and Maintenance price comparability.  The Defense Logistics Agency Land and Maritime, Columbus, Ohio, is the contracting activity (SPM7MX-13-D-0081).

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Conn., has been awarded a maximum $7,867,420 contract for aircraft engine turbine disk replenishment spares.  The award is a firm-fixed-price, sole-source contract.  Location of performance is Connecticut with a Jan. 29, 2016 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The Defense Logistics Agency Aviation, Oklahoma City, Okla., is the contracting activity (N00383-12-G-001M-UN36).

Twigg Corp.,* Martinsville, Ind., has been awarded a maximum $6,686,824 contract with a one year base and four one-year option periods for compressor vane assemblies within aircraft gas turbines and jet engines.  The award is a firm-fixed-price, indefinite-quantity contract.  Location of performance is Indiana with an April 29, 2014 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The Defense Logistics Agency Aviation, Richmond, Va., is the contracting activity (SPM4A7-13-D-0030).

Fisher Scientific Co., LLC, Pittsburgh, Pa., has been awarded a maximum $233,598,349 modification (P00009) exercising the fourth option year of a base contract (SPM2DE-09-D-7340) with four one-year option periods for selection of distributor to make available laboratory supplies and wares using the Laboratory Electronic Catalog program.  The modification is a fixed-price with economic-price-adjustment contract.  Location of performance is Pennsylvania with a May 3, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2012 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

US Foods, Inc., Oklahoma Division, Oklahoma City, Okla., has been awarded a maximum $28,442,792 modification (P00201) exercising the second option year of a two year base contract (SPM300-09-D-3272) with two eighteen-month option periods and one twelve-month option period for full line food distributor for the Texas and Oklahoma area.  The modification is a firm-fixed-price, indefinite-quantity contract.  Location of performance is Oklahoma with a May 11, 2014 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

United Technologies Corp., doing business as Pratt & Whitney, East Hartford, Conn., has been awarded a maximum $8,836,542 firm-fixed-price contract for replenishment spares.  Location of performance is Connecticut with a Nov. 30, 2016, performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Okla., (N00383-12-G-001M-UN38).

NAVY

The Boeing Co., Seattle, Wash., is being awarded a $21,459,925 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for the upgrade of600px-US-DeptOfNavy-Seal.svg the Training System Support Center in support of the Low Rate Initial Production Lot III, P-8A Multi-Mission Maritime aircraft.  This modification also includes the procurement for the tooling and data for the Weapons Tactics Trainer.  Work will be performed in St. Louis, Mo., and is expected to be completed in August 2016.  Fiscal 2011 Aircraft Procurement Navy and Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $21,459,925 are being obligated on this award, of which $21,055,883 will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

Oshkosh Defense, Oshkosh, Wis., is being awarded $7,951,288 for fixed-price delivery order #0032 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-12-D-0209) to purchase 32 fiscal 2014 Medium Tactical Vehicle Replacement variants, camouflage paint, and vehicle federal retail excise tax.  Work will be performed in Oshkosh, Wis., and is expected to be completed by Sept. 30, 2014.  Fiscal 2013 Procurement Marine Corps, Overseas Contingency Operation contract funds in the amount of $7,951,288 will be obligated at the time of award, and will not expire at the end of the current fiscal year.  The Marine Corps System Command, Quantico, Va., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

AMENDED:  The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on Apr. 12, 2013 for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following company as an awardee:  Environmental Synectics, Inc., Sacramento, Calif., (FA8903-13-D-0007).  An amount of $3,000 will be obligated on task order 0001.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurement

peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT RFP, Presolicitation Conference, and Site Visit Announcement W900KK13R0016 061413 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis for either May 29th or May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

Set-Aside: Total Small Business Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL:https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130511/PROCURE/0316
Matching Key Words: state!ky; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — NETMOTION PREMIUM MAINTENANCE H92244-13-T-0211 052413 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in160px-Special_Operations_Specops_Army.svg this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0211, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 511210 with a business size standard of $35.5 million. The DPAS rating for this procurement is DO-C9.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

BRAND NAME OR EQUAL. IF QUOTING EQUAL, MUST SUBMIT SPECIFICATIONS WITH QUOTE FOR CONSIDERATION.

Section B Schedule of Supplies and Services

CLIN 0001 NETMOTION PREMIUM MAINTENACE TO INCLUDE: MOBILITY XE WITH 1000 DEVICES, ANALYTICS MODULE, POLICY/NAC BUNDLE MODULE
QTY: 1 LUMP SUM
PERIOD OF PERFORMANCE: 2 JUNE 2013 – 31 DECEMBER 2013

CLIN 1001 (OPTION) NETMOTION PREMIUM MAINTENACE TO INCLUDE: MOBILITY XE WITH 1000 DEVICES, ANALYTICS MODULE, POLICY/NAC BUNDLE MODULE
QTY: 1 LUMP SUM
PERIOD OF PERFORMANCE: 1 JANUARY 2014 – 31 DECEMBER 2014

Section I Clauses

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-6 Brand Name or Equal Aug-99
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar-89
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation equirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 24 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0211/listing.html
OutreachSystems Article Number: 130511/PROCURE/0358
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Virtual Medical Center, Virtual Training Evaluation System W900KK13R1TBD 051513 David Light, 407 208-3295 PEO STRI Acquisition Center THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Description:

This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) virtual training evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 – Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP).

SECTION I – Sources Sought Notice

A. Requirement Information.

Veterans Health Administration Virtual Medical Center.
The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment.

VMC Virtual Environment Description.
The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools.

B. Critical Requirements.

The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations:

1. System must contain at least one fully-functioning virtual clinic.

a. Each virtual clinic shall be customized to address a specific health issue facing Veteran patients.

b. Each clinic shall include an entrance and information desk.

c. Each clinic shall include a collaboration space and education center for patients and providers.

d. Each clinic shall include an auditorium.

e. Each clinic shall include two patient examination rooms.

f. Each clinic shall include a patient conference room.

g. Each clinic shall include a provider conference room.

h. Each clinic shall include a provider lounge.

2. System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC.

3. System must support an intuitive Frequently Asked Questions (FAQs) feature.

4. System must provide a cyber library.

5. System must provide Video Tele Conference and Electronic-consult capabilities. E-consult must support secure communications.

6. System must be web-based, scalable, and initially support up to 1,000 simultaneous users.

7. System must be accessible to users through the My HealtheVet portal.

8. System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices.

9. System must be Section 508 Compliant.

C. Assumptions and Expectations.

1. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

2. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government.

3. The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey.

4. If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below.

5. Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls, .doc or .ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts.

D. Sources Sought Attachments: N/A at this time

1. Map and Hotel Information (Will be furnished upon request/appointment)

2. Partnership Event Parking Pass (Will be furnished upon request/appointment)

E. Vendor Questionnaire

The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees)

5. If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors.

6. NAICS Code / CAGE Code / DUNS Number

7. Commerciality of System

a. ( ) Our product as described above, has been sold, leased or licensed to the general public.

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments.

c. ( ) Neither of the above applies. Explain.

8. Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement.

F. Response Parameters.

1. Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail:

2. Respondents will not be notified of the results of this survey or results of information submitted.

SECTION II. – Industry Day

Description:

The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013.

The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government’s requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating.

Industry Meeting Location:

3051 Technology Parkway, Orlando FL
Bldg: Technology Point II (AFAMS)
Room: Bishop Conference Room
Date: 28 May 2013
Time: 8:00am – 5:00pm (EST)

IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Technology Point I/II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached).

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R1TBD/listing.html
OutreachSystems Article Number: 130511/PROCURE/0572
Matching Key Words: video*; produc*; train*; conference?; you; website; web; page?; education*; business*; event?; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA160px-Special_Operations_Specops_Army.svg and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130511/PROCURE/0573
Matching Key Words: state!ky; 

600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U–This is a synopsis to provide Technical and Program Management Support Services to the Army National Guard (ARNG)Training Division. W9133L-13-R-0013 052113 Linda M. Williams, 703-607-0983 National Guard Bureau, Contracting Support SYNOPSIS:

The National Guard Bureau (NGB) Operational Contracting Office intends to issue a commercial solicitation on/about 21 May 2013 for Technical and Program Management Support Services (TPMSS) in support of the Army National Guard (ARNG) Training Division (ARNG-TR). This will be a full and open competition posted on FedBizOpps. The Government will award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance of a base period and four 12-month option periods. Current period of performance ends 31 August 2013. THE GOVERNMENT WILL NOT ACCEPT ANY PHONE CALLS, EMAILS, OR ANSWER QUESTIONS PRIOR TO THE ISSUANCE OF THE SOLICITATION. The solicitation will be posted under NAICS Code: 611710 - Educational Support Services and Classification Code: U - Educational and TrainingServices. Please note that the government is seeking highly skilled and experienced personnel, therefore, offerors without the skills and experience need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required. This will be a firm-fixed price with Cost reimbursable travel and Other Direct Cost (ODCs) CLINs. The estimated value of this contract, base and all option periods, is $50 Million. The primary objective of this contract is to provide a range of independent and objective functional support, for current and future activities and initiatives. Evaluation criteria will be based on BEST VALUE.

SCOPE OF WORK:

This is a requirement for a range of technical and program management support services for current activities and future initiatives of Army National Guard (ARNG) training systems integration in the following functional areas:
Program management, operations, resources, and communications.
Distributed learning content development.
Distributed learning online portal operations.
Distributed learning delivery capabilities management.
Information assurance management.
Training management information system implementation.

FUNCTIONAL SUPPORT AREAS.

Program Management, Program Operations, Resources, and Communications.
The Contractor shall assist the Government to plan, coordinate, and synchronize activities of the Training Systems Integration Branch (ARNG-TRN) and the ARNG DL Program; assist the Government to perform resource management for the Branch and the DL Program through the Army’s Planning, Programming, Budgeting, and Execution (PPBE) process; and assist the Government to perform communications for the DL Program, the Branch’s other activities, and other elements of the Division.

Distributed Learning Content Development.
The Contractor shall assist the Government to produce and sustain DL content for ARNG training requirements, with emphasis on Guard-specific functional and readiness training. Specific tasks to support this function include activities that:
Create Training Support Packages (TSPs) for resident and online learning.
Produce interactive multimedia instruction (IMI), including interactive videos, animations, and simulations.
Produce instructional videos and animations for distribution by CD-ROM, DVD, or online.
Convert resident instruction to blended learning, potentially incorporating IMI and instructor-led online learning with resident learning.
Produce applications for mobile devices, potentially including job aids and references, and instructional videos, animations, and simulations.

Distributed Learning Online Portal Operations.
The Contractor shall assist the Government to manage and operate GuardU, which is a web-based portal that provides Soldiers, units, training institutions, and States with an online environment for directed learning and self-development. GuardU is operated as a domain within the U.S. Army Enterprise Lifelong Learning Center (ELLC). The ELLC currently uses the quote mark Blackboard quote mark learning environment as its learning content management system.

Distributed Learning Delivery Capabilities Management.
The Contractor shall assist the Government to plan, coordinate, and monitor a Federal program that provides States with distributed learning resources and capabilities, which includes fixed and Mobile DL Classrooms (DLCs and MDLCs) connected to the Internet.

Information Assurance Management.
The Contractor shall assist the Government to perform IA management activities for training information systems and applications for which the Division is the proponent ensuring the systems and applications remain compliant with DoD, Army, and ARNG IA policy and regulations. As of March 2013, the Division is proponent for 13 systems and applications.

Training Management Information System Implementation.
The Contractor shall assist the Government to plan, coordinate, and conduct activities to implement Digital Training Management System (DTMS) in the ARNG, enabling units-brigade and below-to use the system to plan, resource, and manage unit and individual training at all levels, and enabling staffs-in units, States, and the Directorate-to obtain reports from the system. The Contractor shall assist the Government to coordinate information and activities among the PM DTMS staff, the ARNG-TR and ARNG-TRN staffs, the ARNG DTMS trainers, and the ARNG Regional DTMS Representatives and State DTMS Administrators.

Authorized government representatives, including the Contracting Officer’s Representative (COR) will be identified and/or appointed under the base contract or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on/or about 21 May 2013.

Place of Performance: National Guard Bureau, Operational Contracting ATTN: NGB-AQ 111 South George Mason Drive Arlington VA 22204-1373 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0013/listing.html
OutreachSystems Article Number: 130509/PROCURE/0091
Matching Key Words: video*; produc*; train*; web; education*; produce?; distribut*; instruct*; commercial?; 


Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt. Regional Office Albuquerque NM 87102

99 — USDA Forest Service Chief Information Office Radio Program Video AG-8371-S-13-0016 052213 Cynthia Bork-Whitaker, CIO Realignment Communications,600px-US-DeptOfAgriculture-Seal2.svg Phone 360-374-1207, Email cbork@fs.fed.us – ANNA MARCEAU, Purchasing Agent, Phone 5058423367, Fax 5058423111, Email AMARCEAU@FS.FED.US USDA Forest Service
Chief Information Office Radio Program Video

The objective of this solicitation and contract is to obtain a qualified video production company to produce a video which describes the objectives, scope, planned work, governance, and realistic protrayal of jobs in the CIO Land Mobile Radio Program of the Forest Service.
Place of Performance: New Mexico and Arizona Albuquerque, NM 87109 US URL: https://www.fbo.gov/spg/USDA/FS/8371/AG-8371-S-13-0016/listing.html
OutreachSystems Article Number: 130509/PROCURE/0631
Matching Key Words: video*; produc*; produce?; production?; naics!512110; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–Human Resources Solutions Support W9124D-13-R-HRS5 052013 monica.clemons, 502-624-1004 MICC Center – Fort Knox 
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to assist in the determination of a procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this announcement and other factors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this notice.

The Program Executive Office Enterprise Information Systems (PEO EIS) is seeking possible sources to provide the scope of services supported by the Human Resources (HR) Solutions Program Directorate. The support will be provided through the issuance of task orders under Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The task orders will be issued to support requirements from any Department of Defense (DoD) organization with performance throughout the Continental United States (CONUS) and some Outside Continental United States (OCONUS) locations to include, but not limited to, Japan, Korea, Qatar, Kuwait, Afghanistan, Puerto Rico, Germany and Italy. Please refer to the attachment for detailed information on the scope services supported under this program and instructions for submitting capabilities statements.

Statements of capabilities shall not exceed 8 pages and shall be received not later than 20 May 2013, 9:00 am eastern time by Monica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. Questions regarding this sources sought notice shall be received not later than 1 May 2013, 9:00 am eastern time by Monica Clemons, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at monica.e.clemons.civ@mail.mil and MAJ Richard Pfeiffer, Contracting Officer, Mission and Installation Contracting Command – Fort Knox, at richard.h.pfeiffer2.mil@mail.mil. All questions must be submitted in writing; no additional information will be provided via telephone. Responses to questions will be posted as an amendment to this sources sought notice.

Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked as proprietary will be handled accordingly. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 2102. The Government will not be held liable for any damages incurred if proprietary information is not properly identified.

THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/2672c61c65e0d4fb724631d259c3f0f9
OutreachSystems Article Number: 130509/PROCURE/0719
Matching Key Words: age:state!ky; state!ky; 


General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303

R — REGION 4 ADMINISTRATIVE SUPPORT SERVICES GS-04P-13-EW-D-0019 051013 Michael P. Williams, Contracting Officer, Email michael.p.williams@gsa.gov140px-US-GeneralServicesAdministration-Logo.svg
Set-Aside: Competitive 8(a) Place of Performance: Services are to be provided throughout the Southeast Sunbelt Region which consists of the following eight (8) states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee. US URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-13-EW-D-0019/listing.html
OutreachSystems Article Number: 130509/PROCURE/0732
Matching Key Words: state!ky; 

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street Job Corps Acquisition Support Branch Golden CO 80401

R — Facilities Maintenance Instructor Services AG-82A7-S-13-0050 Donald R Watson, Contract Specialist, Phone 3032755158, Email drwatson02@fs.fed.us The US Forest Service, Washington Office AQM, Job Corps Support Branch intends to issue a solicitation for Facilities Maintenance Instructor Services at the Frenchburg Job Corps Center, located in Frenchburg, Kentucky. It is anticipated that the performance will be 12 months with 4 twelve-month option periods. Paper copies of the solicitation will not be issued and telephonic or fax requests for the solicitation will not be accepted. All responsible sources may submit a proposal which will be considered. Proposals can be submitted directly from the information provided in the solicitation package as posted. All questions related to this solicitation must be submitted in writing to Donald R. Watson at drwatson02@fs.fed.us. within 10 days of the date that the solicitation is posted on fbo.gov. Only e-mail questions will be addressed.
Place of Performance: 6969 Tar Ridge Road Frenchburg, KY 40322 US URL: https://www.fbo.gov/notices/621162d0d47633eeeba9a59622c2ff32
OutreachSystems Article Number: 130508/PROCURE/0067
Matching Key Words: state!ky; 


Department of Veterans Affairs, VA Boston Healthcare System, Department of Veterans Affairs Boston Healthcare System, Department of Veterans Affairs; VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street; Brockton MA 02301

R–Network commercials, Takeovetrs, sponsorships video ore-roll, internet/web and banner displays for the Department of Veterans Affairs. VA24113Q0625 051313Department_of_Veterans_Affairs_Logo Darlene.Chase@va.gov Contracting Specialist’s Email PLEASE NOTE: THE PURPOSE OF THIS COMBINED SYNOPSIS/SOLICITATION IS FOR A SET-A-SIDE FOR 100% SMALL BUSINESS.
Solicitation Number:
VA-241-13-R-0459
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA-241-13-R-0459 and is issued as a Request For Quotation (RFQ)
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-66, April 01, 2013. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet athttp://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR)
(iv) The North American Industry Classification System (NAICS) code is 515112, and the size standard is $35.5 million.
(v) This requirement consists of ten (10) line items (includes quantity):
Description Services UNIT UNIT PRICE AMOUNT
Line 1 New England Patriots Sponsorship: 4 radio commercials each Patriots Monday on Network for 12 weeks. 48
Line 2 New England Patriots Sponsorship: 3 :30 second network commercials per week for 20 weeks 60
Line 3 Boston Celtics Sponsorship: (:10) second commercials during each Celtics game 82
Line 4 Boston Celtics Sponsorship: (:30) second commercials during each Celtics game 82
Line 5Network Commercials :30 second 350
Line 6 Internet/Web Streaming commercials 330
Line 7 Web Page Takeovers 11
Line 8 Redsox Network: :10 second live reads 7
Line 9 Video Pre-roll and banner display ads 17
Line 11 Outreach events and playoff spots 1
(vi) The following STATEMENT OF WORK is a description of the requirements for this solicitation:
The VA Boston Healthcare System requires a vendor to provide high a frequency media campaign, 360x commercials with a combination of :10 and :30 second commercials, Web takeover, banner displays, video pre-roll for the New England Patriots Mondays and Boston Celtics sponshorship. Vendor must be able to reach a targeted audience in all New England States through a single source.
(vii) Delivery FOB Destination to: Attn:Lisa Felix, Bedford VA Medical Center, 200 Springs Rd., Bedford, MA 01730
VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers.
(ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation.
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 following factors shall be used to evaluate offers:
(i) Technical
(ii) Price
(iii) Past Performance
Technical evaluation shall be based on the ability of the vendor to meet the requirement as defined in the Statement of Work and Price/Cost schedule.
Pricing shall be evaluated based on the best value for the Government. Quotations should include the pricing methodology and include the rate offered.
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.232-72 Electronic Invoice Submission. 52.204-4, 52.217-9, 852.203-70, 852.215-70, 852.215.71, 852.237-70.
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition:
52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-34.
(xiii) n/a
(xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition
(xv) n/a
(xvi) (RESPONSES ARE DUE Monday 05/13/2013 at 12:00PM eastern standard time (est). Electronic offers will be accepted; submit quotation to – Darlene Chase, VA Boston Contracting and Purchasing Office, 940 Belmont Street/90C, Brockton, MA 02301 or e-mail: Darlene.Chase@va.gov
(xvii) Contact information
Contracting Office Address:
Department of Veterans Affairs
VA Boston Healthcare System
940 Belmont Street/90C
Brockton, Ma 02301
Place of Performance:
Attn: Lisa Felix
Bedford VA Medical Center
200 Springs Rd.
Bedford, MA 01730
Primary Point of Contact.:
Darlene Chase
Contracting Specialist,
Darlene.Chase@va.gov
Phone: 774-826-3413
Fax: 774-826-3347
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24113Q0625/listing.html
OutreachSystems Article Number: 130508/PROCURE/0079
Matching Key Words: video*; web; page?; business*; event?; commercial?; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox,

U — W9124D-13-Q-5346 051313 The above referenced action is canceled and reposted as a special notice.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/998ee3a649d700f7c801e5beeb83e270
OutreachSystems Article Number: 130507/PROCURE/0577
Matching Key Words: age:state!ky; state!ky; 

Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–This is a synopsis for the Army National Guard (ARNG) Traditional Advertising Services in support of the ARNG Recruiting and Retention Division. W9133L-13-R-0019 052113 Ellieth Rodriguez, 703-601-4378National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No600px-National_Guard_Logo.svg questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130504/PROCURE/0085
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528

U — Cybersecurity Training Products/Services for the Acquisition and Procurement Workforce 13-5700 051713 Jung W. Koo, Phone 2024475041, Email jung.koo@hq.dhs.gov – Daniel Reese, Email daniel.reese@hq.dhs.gov Department of Homeland Security
Office of the Chief Procurement Officer
Cybersecurity Training Products/Services for the Acquisition
and Procurement Workforce
Request for Information
This exchange is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 15.201(e) as a Request for Information (RFI) to assess the availability of acquisition-related Cybersecurity training andeducational products, materials, resources, and services developed and offered by commercial industry. For the purposes of this RFI, acquisition-related refers to those training and educational products, etc. that may benefit the DHS Procurement, Requirements, Program Management, and Acquisition Support professionals in effectively comprehending and discussing the technical aspects of the Cybersecurity mission. The goal is to support the needs and objectives of their acquisition customers and convey that via specific contract language. DHS Procurement and Acquisition personnel require a working-level knowledge of Cybersecurity as it relates to their professional duties in support of this emerging and dynamic mission area to include drafting all contract types, acquisition plans, statements of work, statements of objectives, performance work statements, and task orders that ensure DHS accurately and completely identifies requirements to efficiently acquire its Cybersecurity products and services in formal solicitations.

This RFI must not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. Industry comments are requested whether or not a firm may be interested in submitting a response to a future Request for Proposal in support of DHS Acquisition and Procurement Cybersecurity training needs.

Interested companies are requested to provide a brief description of their training and education products, to include;
(a) Type of training product (e.g. web-based, paper-based, webinar, seminar, case study, scenario, video, job-aid, handout, etc.)
(b) Product title or name
(c) Brief description (abstract) of the product‘s content
(d) Duration of the training in hours
(e) Target audience
(f) Learning objectives

DHS is also interested in reviewing samples (in whole or in part) of the available training and education products to better assess the relevance of them in meeting its Cybersecurity training needs. Industry inputs and sample products may be used to determine the extent of the industry-available solutions and a government assessment of that information may provide the framework for upcoming DHS Cybersecurity training andeducation procurements of products and services.
Once a procurement request is provided to the servicing procurement office, more detailed information regarding a specific action will be available through FedBizOps and in the solicitation.

In addition to your inputs and sample products, please provide the following information in the event that DHS has questions or requires amplifying information about your input and/or products:

Company Name:
Mailing Address:
Point of Contract:
Phone Number:
Fax Number:
Email Address:
Web Addresses: (as appropriate for web-based sample products):

Due Date: Inputs and sample products are due by 4:00 P.M. EST, May 17, 2013 and may be submitted in written format (MS Word) or Web-based (browser) accessible formats or links to a company URL, if appropriate.

URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/13-5700/listing.html
OutreachSystems Article Number: 130504/PROCURE/0440
Matching Key Words: video*; produc*; train*; seminar?; web; education*; event?; commercial?; 


Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer Washington DC 20528

U — Cybersecurity Training Products/Services for the Acquisition and Procurement Workforce 13-5700 051713 Jung W. Koo, Phone 2024475041, Email jung.koo@hq.dhs.gov – Daniel Reese, Email daniel.reese@hq.dhs.gov This exchange is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 15.201(e) as a Request for Information (RFI) to assess the availability of acquisition-related Cybersecurity training and educational products, materials, resources, and360px-US_Department_of_Homeland_Security_Seal.svg services developed and offered by commercial industry. For the purposes of this RFI, acquisition-related refers to those training andeducational products, etc. that may benefit the DHS Procurement, Requirements, Program Management, and Acquisition Support professionals in effectively comprehending and discussing the technical aspects of the Cybersecurity mission. The goal is to support the needs and objectives of their acquisition customers and convey that via specific contract language. DHS Procurement and Acquisition personnel require a working-level knowledge of Cybersecurity as it relates to their professional duties in support of this emerging and dynamic mission area to include drafting all contract types, acquisition plans, statements of work, statements of objectives, performance work statements, and task orders that ensure DHS accurately and completely identifies requirements to efficiently acquire its Cybersecurity products and services in formal solicitations.
This RFI must not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. Industry comments are requested whether or not a firm may be interested in submitting a response to a future Request for Proposal in support of DHS Acquisition and Procurement Cybersecurity training needs.

Interested companies are requested to provide a brief description of their training and education products, to include;

(a) Type of training product (e.g. web-based, paper-based, webinar, seminar, case study, scenario, video, job-aid, handout, etc.)
(b) Product title or name
(c) Brief description (abstract) of the product‘s content
(d) Duration of the training in hours
(e) Target audience
(f) Learning objectives

DHS is also interested in reviewing samples (in whole or in part) of the available training and education products to better assess the relevance of them in meeting its Cybersecurity training needs. Industry inputs and sample products may be used to determine the extent of the industry-available solutions and a government assessment of that information may provide the framework for upcoming DHS Cybersecurity training andeducation procurements of products and services.
Once a procurement request is provided to the servicing procurement office, more detailed information regarding a specific action will be available through FedBizOps and in the solicitation.

In addition to your inputs and sample products, please provide the following information in the event that DHS has questions or requires amplifying information about your input and/or products:

Company Name:
Mailing Address:
Point of Contract:
Phone Number:
Fax Number:
Email Address:
Web Addresses: (as appropriate for web-based sample products):

Due Date: Inputs and sample products are due by 4:00 P.M. EST, May 17, 2013 and may be submitted in written format (MS Word) or Web-based (browser) accessible formats or links to a company URL, if appropriate.

URL: https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/13-5700/listing.html
OutreachSystems Article Number: 130504/PROCURE/0535
Matching Key Words: video*; produc*; train*; seminar?; web; education*; event?; commercial?; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0900 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130504/PROCURE/0606
Matching Key Words: state!ky; 

Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illnes Compensation Program Act (EEOICPA). 2012-N-15239 051713 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstructiondept of health and human services and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”
The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.

8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

***********

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be posted with this synopsis.

The complete solicitation document, attachments, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet site.

Place of Performance: At the contractor’s location(s). US URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2012-N-15239/listing.html
OutreachSystems Article Number: 130503/PROCURE/0074
Matching Key Words: writ*; script?; technical; standard; 


dept of health and human servicesDepartment of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA). 2013-N-15239 051713 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”

The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

Performance Work Statement

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.
8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be available with this synopsis.

The complete solicitation document, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet sit

URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2013-N-15239/listing.html
OutreachSystems Article Number: 130503/PROCURE/0075
Matching Key Words: writ*; script?; technical; standard; 


Department of Veterans Affairs, VA Tennessee Valley Health Care System (Murfreesboro), Department of Veterans Affairs Tennessee Valley Health Care System Alvin C. York Campus, 800 zorn ave, Luoisville, KY 40206

U–OPTION – Pastorial Training/ Certification VA249-13-Q-025701 050613 Name: Cinnamon Washington, Title: Purchasing agent, Phone: 5022876732, Fax: 5022876115, Email: cinnamon.washington@va.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR SubpartVA 12.6, as supplemented with additional information included in this notice.The solicitation number is VA249-13-Q-025701 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-05-06 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Louisville, KY 40206 Place of Performance: Louisville, KY 40206 40206-1433 US URL: https://www.fbo.gov/spg/VA/MuVAMC626A4/MuVAMC626A4/VA249-13-Q-025701/listing.html
OutreachSystems Article Number: 130503/PROCURE/0104
Matching Key Words: state!ky; 


600px-US-SecuritiesAndExchangeCommission-Seal.svgSecurities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE MS-4010 Washington DC 20549

99 — RFP No. SECHQ1-13-R-0005 for Quantitative Research Analytical Data Support SECHQ1-13-R-0005 Robert A Witherspoon, Contract Specialist, Phone 202-551-7319, Fax 703-914-9226, Email witherspoonr@sec.gov – Angela Dunson, Contracting Officer, Email dunsona@sec.gov This announcement serves as a pre-solicitation notice only and not a solicitation. The Securities and Exchange Commission’s (SEC), Office of Acquisitions, intends to issue a solicitation to seek vendor(s) who will provide services to the SEC under the Quantitative Research Analytical Data Support (QRADS) requirement. The SEC’s objective of this program is to obtain support for the SEC’s Division of Risk Strategy and Financial Innovation (RSFI) Office of Quantitative Research (OQR) in the following work categories: 1) Capital Markets and Financial Industry Data Analysis; 2) Quantitative Analytical Support; 3) Analytic Development Environment Database Support; 4) Communication and Technical Writing Support; and, 5) Text Analytics Support. This requirement is being conducted as a non-commercial item acquisition in accordance with FAR Part 15. The Government anticipates awarding Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts resulting from the solicitation. The period of performance for this procurement shall consist of one (1) year base period with four (4), one (1) year options. The Request for Proposal (RFP) shall require the submission(s) of technicalproposal(s) as well as price proposal(s). Contract(s) will be issued to eligible firms offering the best value proposal to provide the services in accordance with the Statement of Work (SOW). The actual solicitation and all related documents and amendments, if any, will be released and available electronically through the Federal Business Opportunities (FedBizOpps) website at http://fedbizopps.gov/. The response due date and time for proposals will be clearly stated in the solicitation document. It is the Contractor’ s responsibility to monitor the website for the issuance of the RFP as well as any updates to the solicitation. All Contractors must be registered in the System For Award Management (SAM.gov) (http://www.sam.gov). Further, Offerors are required to complete their Online Representations and Certifications under SAM.gov prior to submittal of a proposal. The solicitation will be posted to Federal Business Opportunities on or about May 23, 2013.
Place of Performance: 100 F Street, NE Washington, DC 20549 US URL: https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-13-R-0005/listing.html
OutreachSystems Article Number: 130503/PROCURE/0553
Matching Key Words: writ*; technical; 


Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — municipal sewer service 13-10 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of600px-US-DeptOfLabor-Seal.svg Administration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

MCDC is soliciting bids for sewer service to the center.

For details, the Scope of Work and bid submission documents see the attachment.

The terms, conditions and flow down clauses are available at www.horizonsyouthservices.com .

MCDC is operated by Horizons Youth Services Llc.  under a contract with the Department of Labor.

Place of Performance: Muhlenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-10/listing.html
OutreachSystems Article Number: 130503/PROCURE/0557
Matching Key Words: age:state!ky; state!ky; 


212px-US-DeptOfEnergy-Seal.svgDepartment of Energy, Federal Locations, All DOE Federal Contracting Offices, U.S. DOE/NETLMorgantown Campus3610 Collins Ferry RoadPO Box 880MorgantownWV26507-0880US

R–Mission Execution Support Services DE-SOL-0005388 060513 ANGELA D. BOSLEY The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), is conducting a Market Survey to identify small businesses capable of providing Mission Execution (ME) support services at NETL. An organization that is not considered a small business under the applicable North American Industrial Classification System (NAICS) code (see below) should NOT submit a response to this notice.
THIS IS A SOURCES SOUGHT NOTICE for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement and NO CONTRACT will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or for any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government?s determination of the small business type to be utilized in an anticipated solicitation.
The magnitude of this effort is expected to be $20 million or more per year.
The North American Industrial Classification System (NAICS) code for this effort is 541330, Engineering Services with a size standard of $35.5 million average annual receipts as determined by the Small Business Administration (SBA). The NAICS code is provided for use by businesses in determining their appropriate small business size standard in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration’s web site at:
http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards.
The NETL is a science, technology, and energy laboratory owned and operated by the DOE. As part of DOE?s national laboratory system, NETL supports DOE?s mission to advance the national, economic, and energy security of the United States.
NETL is DOE?s only national laboratory dedicated to Fossil Energy (FE) Research, Development, and Demonstration (RD&D). NETL has three sites that conduct on-site research and development (R&D) ? Morgantown, West Virginia; Pittsburgh, Pennsylvania; and Albany, Oregon. Two other office sites are located in Anchorage, Alaska; and Sugarland, Texas. All five sites operate under one management structure. In addition to its on-site R&D, NETL implements and manages extramural RD&D and conducts energy analyses. NETL?s project portfolio includes RD&D conducted through financial assistance, cooperative research and development agreements, and contractual arrangements. Approximately 1,200 research activities are conducted in partnership with industry, academia, other national laboratories, private research organizations, non-profit organizations, and other Federal and State agencies.
NETL?s mission is to advance energy options to fuel our economy, strengthen our security, and improve our environment. NETL is primarily responsible for implementing and managing coal, natural gas, and oil RD&D programs for FE. Additionally, NETL implements and manages other DOE, governmental, and international programs and projects. Significant activities are sponsored by the DOE?s Office of Energy Efficiency and Renewable Energy (EERE) and Office of Electricity Delivery and Energy Reliability (OE).
Additional information about NETL can be attained at our website: http://www.netl.doe.gov.
Project Requirements
The anticipated contract type is a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) contract providing for issuance of Cost-Plus Award Fee (CPAF), Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Fixed Price Incentives (FPI) task orders. The type of task order will be dependent upon the services required. Anticipated task orders for this contract would support activities at all NETL facilities with staffing primarily anticipated to be located at the NETL Morgantown and Pittsburgh campuses. It is anticipated that the Anchorage, AK and Sugarland, TX sites will require minimal staffing.
NETL anticipates issuing a solicitation for ME services that provide quality and timely technical and associated administrative support services for program and project planning, execution, monitoring, and assessment. In general, these services are comprised of identifying, compiling, reducing, and reporting energy-related information; preparing, facilitating, and reporting out on various types of meetings; maintaining, enhancing, populating, and exercising systems and databases; and conducting limited analyses and evaluations, e.g., market penetration assessments. Further, a potential contractor would be able to provide general assistance supporting other program- and project-related activities such as technology awareness and communications inclusive of technology transfer. The services are to support the efforts of the Government and will assist NETL in achieving desired outcomes in an efficient manner.
Support is expected to be needed in the following four (4) service areas and will be aligned with multiple operational activities that are used to deliver high-quality, disciplined, and relevant research and technology development at NETL.
Program and Project Implementation — Applied research and technology development focused on key barriers to commercialization require a disciplined framework ? a framework that NETL employs on a daily basis. Information reflecting the progress of individual research activities in meeting their established objectives to addressing technical limitations at a program level is developed, tracked, updated and reported as part of NETL?s management protocols. In addition, NETL develops technology transfer and outreach materials in order to effectively communicate with its various stakeholder groups.
Systems and Databases — Maintenance, enhancement, and use of commercial software as well as customized databases and information processing systems are necessary to conduct and manage the research at NETL. It is imperative that significant technical data and extensive project management information required to efficiently deliver an energy-related research and technology development program be routinely compiled, analyzed, and reported. These types of data and information range from individual activity?s milestones, schedules, and costs to the operational performance of a given energy conversion system.
Assessments/Reviews/Evaluations — Review of the scientific merit of individual research activities,, and the technical and cost performance of technology advancements as well as portfolios of related RD&D activities is a continuous process at NETL. Assessments are used to develop defensible recommendations affecting continued support to a given research activity and to affirm or alter the direction of future RD&D. 
Technical
 Information — Staying current with energy-related advancements is routine at NETL and represents a key aspect of due diligence underpinning the investment of public funds. Technology performance, associated costs, and regulatory and environmental impacts information are considered across NETL?s programs and employed to support multiple operational activities, e.g., program review, strategic planning, and technology transfer.
The anticipated labor mix will require a diverse pool of labor with a range of education and years of experience. Junior-, mid- and senior-level engineers, scientists, business/engineering analysts, and administrative specialists will be required.
Expression of Interest/Capability Statement
Interested small businesses shall submit the following:
(1) A cover page (no longer than one page) which briefly describes your company. The cover page should also include, at a minimum, the name of your organization, address, DUNS number, the number of years in business, the number of employees you have now and over your last three business years, and your demographics. For your demographics, indicate whether you are: a) a Small Business, b) a Small Disadvantaged Business, c) an 8(a) Small Business, d) a Veteran-Owned Small Business, e) a Service-Disabled Veteran-Owned (SDVO) Small Business, f) a Historically Underutilized Business Zone (HUBZone) Small Business, g) a Women-Owned (WO) Small Business, and/or h) an Economically Disadvantaged Women-Owned (EDWO) Small Business.
(2) A capability statement (no more than eleven pages) describing your capability and expertise to perform the requirement outlined in this notice, specifically indicating:
? Capability and expertise in technology, regulatory, and policy information research; energy and cost data analysis; technical writing: graphics development; meeting planning and facilitation; review of technicalproposals; planning and logistical support for peer reviews; roadmapping; project, portfolio, and program assessments; National Environmental Policy Act (NEPA) support; and energy technology areas (e.g. coal and natural gas based power generation including gasification, boiler combustion, turbine combustion, and fuel cell; coal and natural gas-based manufacture of chemicals and fuels; crude oil and natural gas resources including tight gas, shale oil and gas, methane hydrate, and carbon dioxide enhanced oil recovery (CO2-EOR); electricity transmission and distribution; and vehicle technologies).
? Demonstrated capability of management and oversight on a requirement of this size/magnitude (technical and administrative support services of approximately $20M per year), scope (similar in nature to that described in this notification including management of a geographically dispersed effort), and complexity (delivery of support services to organizations responsible for the planning, execution and management of research, development, demonstration, and deployment projects that are characteristic of the DOE?s FE, EERE, and OE programs).
? Demonstrated ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude.
? Demonstrated capability of providing access to a flexible revolving workforce to effectively meet the requirements of the service areas identified in this notice.
? Past history of teaming and/or significant subcontracting, if anticipated, and implementation thereof.
Your response should be limited to a discussion of your interest, identification of business size, and demonstration of your capability/experience/resources to perform this requirement. Do NOT provide financial statements as part of your response.
Submission
For consistency, the respondent is instructed to submit their response in either MS Word (.doc) or Adobe Acrobat (.pdf) format (version 2003 or earlier).
All interested parties responding to this market survey must submit their responses via the FedConnect no later than 3:00 PM Local Time (Morgantown, WV) on June 05, 2013. The FedConnect web portal (found athttps://www.fedconnect.net) is used to disseminate this sources sought notification, receive questions, and accept the expressions of interests and demonstrated capability information in response to this notification. ONLY RESPONSES RECEIVED THROUGH FEDCONNECT WILL BE ANALYZED IN RESPONSE TO THIS NOTICE.
Your are strongly encouraged to submit your Expression of Interest/Capability Statement at least 24 hours before the specified due date in order to have time to resolve any transmission problems. It is your responsibility to allow an adequate amount of time for receipt of your submission.
To get started, download a copy of the quick start guide, ?FedConnect, Ready, Set, Go Guide? which will provide assistance/instructions on registering, finding an opportunity, sending and receiving messages, and submitting a response.
To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: ?Click here to register.? Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a federal System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations.
To find this Sources Sought Notification, click on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388 used to identify this sources sought notice. Please bookmark this page and check it frequently for updates. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with this requirement. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If someone from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the Join the Team button within the Response Team section.
All questions regarding the content of this notification must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web address http://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the Sources Sought Notification via FedConnect no later than ten (10) business days prior to the established due date. The Government will review the questions and reserves the right to not respond to any questions received after this timeframe or not relevant to providing responses to this notification.
Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly:
By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays).
As indicated previously, this is NOT a solicitation therefore no cost or pricing information should be provided. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the offeror?s expression of interest, identification of business size, and demonstration of capabilities/experience based on the items indicated in this notification.
Contracting Office
NETL, 3610 Collins Ferry Road (MS-I07), P.O. Box 880, Morgantown, WV 26507-0880 Angela Bosley, Contracting Officer, 304-285-4149, DE-SOL-0005388@netl.doe.gov Amanda Lopez, Contract Specialist, 304-285-4220, DE-SOL-0005388@netl.doe.gov
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005388/listing.html
OutreachSystems Article Number: 130503/PROCURE/0581
Matching Key Words: writ*; copy; technical; standard; 


Department of Energy, Federal Locations, All DOE Federal Contracting Offices, U.S. DOE/NETLMorgantown Campus3610 Collins Ferry RoadPO Box 880MorgantownWV26507-0880US

R–Mission Execution Support Services DE-SOL-0005388 060513 ANGELA D. BOSLEY The U.S. Department of Energy (DOE), National Energy Technology Laboratory212px-US-DeptOfEnergy-Seal.svg (NETL), is conducting a Market Survey to identify small businesses capable of providing Mission Execution (ME) support services at NETL. An organization that is not considered a small business under the applicable North American Industrial Classification System (NAICS) code (see below) should NOT submit a response to this notice.
THIS IS A SOURCES SOUGHT NOTICE for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement and NO CONTRACT will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or for any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government?s determination of the small business type to be utilized in an anticipated solicitation.
The magnitude of this effort is expected to be $20 million or more per year.
The North American Industrial Classification System (NAICS) code for this effort is 541330, Engineering Services with a size standard of $35.5 million average annual receipts as determined by the Small Business Administration (SBA). The NAICS code is provided for use by businesses in determining their appropriate small business size standard in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration’s web site at:
http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards.
The NETL is a science, technology, and energy laboratory owned and operated by the DOE. As part of DOE?s national laboratory system, NETL supports DOE?s mission to advance the national, economic, and energy security of the United States.
NETL is DOE?s only national laboratory dedicated to Fossil Energy (FE) Research, Development, and Demonstration (RD&D). NETL has three sites that conduct on-site research and development (R&D) ? Morgantown, West Virginia; Pittsburgh, Pennsylvania; and Albany, Oregon. Two other office sites are located in Anchorage, Alaska; and Sugarland, Texas. All five sites operate under one management structure. In addition to its on-site R&D, NETL implements and manages extramural RD&D and conducts energy analyses. NETL?s project portfolio includes RD&D conducted through financial assistance, cooperative research and development agreements, and contractual arrangements. Approximately 1,200 research activities are conducted in partnership with industry, academia, other national laboratories, private research organizations, non-profit organizations, and other Federal and State agencies.
NETL?s mission is to advance energy options to fuel our economy, strengthen our security, and improve our environment. NETL is primarily responsible for implementing and managing coal, natural gas, and oil RD&D programs for FE. Additionally, NETL implements and manages other DOE, governmental, and international programs and projects. Significant activities are sponsored by the DOE?s Office of Energy Efficiency and Renewable Energy (EERE) and Office of Electricity Delivery and Energy Reliability (OE).
Additional information about NETL can be attained at our website: http://www.netl.doe.gov.
Project Requirements
The anticipated contract type is a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) contract providing for issuance of Cost-Plus Award Fee (CPAF), Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Fixed Price Incentives (FPI) task orders. The type of task order will be dependent upon the services required. Anticipated task orders for this contract would support activities at all NETL facilities with staffing primarily anticipated to be located at the NETL Morgantown and Pittsburgh campuses. It is anticipated that the Anchorage, AK and Sugarland, TX sites will require minimal staffing.
NETL anticipates issuing a solicitation for ME services that provide quality and timely technical and associated administrative support services for program and project planning, execution, monitoring, and assessment. In general, these services are comprised of identifying, compiling, reducing, and reporting energy-related information; preparing, facilitating, and reporting out on various types of meetings; maintaining, enhancing, populating, and exercising systems and databases; and conducting limited analyses and evaluations, e.g., market penetration assessments. Further, a potential contractor would be able to provide general assistance supporting other program- and project-related activities such as technology awareness and communications inclusive of technology transfer. The services are to support the efforts of the Government and will assist NETL in achieving desired outcomes in an efficient manner.
Support is expected to be needed in the following four (4) service areas and will be aligned with multiple operational activities that are used to deliver high-quality, disciplined, and relevant research and technology development at NETL.
Program and Project Implementation — Applied research and technology development focused on key barriers to commercialization require a disciplined framework ? a framework that NETL employs on a daily basis. Information reflecting the progress of individual research activities in meeting their established objectives to addressing technical limitations at a program level is developed, tracked, updated and reported as part of NETL?s management protocols. In addition, NETL develops technology transfer and outreach materials in order to effectively communicate with its various stakeholder groups.
Systems and Databases — Maintenance, enhancement, and use of commercial software as well as customized databases and information processing systems are necessary to conduct and manage the research at NETL. It is imperative that significant technical data and extensive project management information required to efficiently deliver an energy-related research and technology development program be routinely compiled, analyzed, and reported. These types of data and information range from individual activity?s milestones, schedules, and costs to the operational performance of a given energy conversion system.
Assessments/Reviews/Evaluations — Review of the scientific merit of individual research activities,, and the technical and cost performance of technology advancements as well as portfolios of related RD&D activities is a continuous process at NETL. Assessments are used to develop defensible recommendations affecting continued support to a given research activity and to affirm or alter the direction of future RD&D. 
Technical
 Information — Staying current with energy-related advancements is routine at NETL and represents a key aspect of due diligence underpinning the investment of public funds. Technology performance, associated costs, and regulatory and environmental impacts information are considered across NETL?s programs and employed to support multiple operational activities, e.g., program review, strategic planning, and technology transfer.
The anticipated labor mix will require a diverse pool of labor with a range of education and years of experience. Junior-, mid- and senior-level engineers, scientists, business/engineering analysts, and administrative specialists will be required.
Expression of Interest/Capability Statement
Interested small businesses shall submit the following:
(1) A cover page (no longer than one page) which briefly describes your company. The cover page should also include, at a minimum, the name of your organization, address, DUNS number, the number of years in business, the number of employees you have now and over your last three business years, and your demographics. For your demographics, indicate whether you are: a) a Small Business, b) a Small Disadvantaged Business, c) an 8(a) Small Business, d) a Veteran-Owned Small Business, e) a Service-Disabled Veteran-Owned (SDVO) Small Business, f) a Historically Underutilized Business Zone (HUBZone) Small Business, g) a Women-Owned (WO) Small Business, and/or h) an Economically Disadvantaged Women-Owned (EDWO) Small Business.
(2) A capability statement (no more than eleven pages) describing your capability and expertise to perform the requirement outlined in this notice, specifically indicating:
? Capability and expertise in technology, regulatory, and policy information research; energy and cost data analysis; technical writing: graphics development; meeting planning and facilitation; review of technicalproposals; planning and logistical support for peer reviews; roadmapping; project, portfolio, and program assessments; National Environmental Policy Act (NEPA) support; and energy technology areas (e.g. coal and natural gas based power generation including gasification, boiler combustion, turbine combustion, and fuel cell; coal and natural gas-based manufacture of chemicals and fuels; crude oil and natural gas resources including tight gas, shale oil and gas, methane hydrate, and carbon dioxide enhanced oil recovery (CO2-EOR); electricity transmission and distribution; and vehicle technologies).
? Demonstrated capability of management and oversight on a requirement of this size/magnitude (technical and administrative support services of approximately $20M per year), scope (similar in nature to that described in this notification including management of a geographically dispersed effort), and complexity (delivery of support services to organizations responsible for the planning, execution and management of research, development, demonstration, and deployment projects that are characteristic of the DOE?s FE, EERE, and OE programs).
? Demonstrated ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude.
? Demonstrated capability of providing access to a flexible revolving workforce to effectively meet the requirements of the service areas identified in this notice.
? Past history of teaming and/or significant subcontracting, if anticipated, and implementation thereof.
Your response should be limited to a discussion of your interest, identification of business size, and demonstration of your capability/experience/resources to perform this requirement. Do NOT provide financial statements as part of your response.
Submission
For consistency, the respondent is instructed to submit their response in either MS Word (.doc) or Adobe Acrobat (.pdf) format (version 2003 or earlier).
All interested parties responding to this market survey must submit their responses via the FedConnect no later than 3:00 PM Local Time (Morgantown, WV) on June 05, 2013. The FedConnect web portal (found athttps://www.fedconnect.net) is used to disseminate this sources sought notification, receive questions, and accept the expressions of interests and demonstrated capability information in response to this notification. ONLY RESPONSES RECEIVED THROUGH FEDCONNECT WILL BE ANALYZED IN RESPONSE TO THIS NOTICE.
Your are strongly encouraged to submit your Expression of Interest/Capability Statement at least 24 hours before the specified due date in order to have time to resolve any transmission problems. It is your responsibility to allow an adequate amount of time for receipt of your submission.
To get started, download a copy of the quick start guide, ?FedConnect, Ready, Set, Go Guide? which will provide assistance/instructions on registering, finding an opportunity, sending and receiving messages, and submitting a response.
To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: ?Click here to register.? Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a federal System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations.
To find this Sources Sought Notification, click on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388 used to identify this sources sought notice. Please bookmark this page and check it frequently for updates. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with this requirement. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If someone from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the Join the Team button within the Response Team section.
All questions regarding the content of this notification must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web address http://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the Sources Sought Notification via FedConnect no later than ten (10) business days prior to the established due date. The Government will review the questions and reserves the right to not respond to any questions received after this timeframe or not relevant to providing responses to this notification.
Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly:
By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays).
As indicated previously, this is NOT a solicitation therefore no cost or pricing information should be provided. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the offeror?s expression of interest, identification of business size, and demonstration of capabilities/experience based on the items indicated in this notification.
Contracting Office
NETL, 3610 Collins Ferry Road (MS-I07), P.O. Box 880, Morgantown, WV 26507-0880 Angela Bosley, Contracting Officer, 304-285-4149, DE-SOL-0005388@netl.doe.gov Amanda Lopez, Contract Specialist, 304-285-4220, DE-SOL-0005388@netl.doe.gov
URL: https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0005388/listing.html
OutreachSystems Article Number: 130503/PROCURE/0705
Matching Key Words: writ*; copy; technical; standard; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

U — FACILITY & RANGE RENTAL H92244-13-T-0202 051613 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0202. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $10.0 million applies to this procurement. This procurement is UNRESTRICTED. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

CLIN 0001 Flat Range Rental
Contractor shall provide a quantity of three flat ranges per day for up to 50 personnel.
Qty: 9 days
Period of Performance: 3-13 June 2013

CLIN 0002 Tactical Training Area
Contractor shall provide a tactical training area for up to 50 personnel.
Qty: 9 days
Period of Performance: 3-13 June 2013

CLIN 0003 Classroom
Contractor shall provide a classroom for up to 50 personnel.
Qty: 9 days
Period of Performance: 3-13 June 2013

CLIN 0004 Lodging
Contractor shall provide on-site loding for up to 70 personnel.
Qty: 11 days
Period of Performance: 2-13 June 2013

CLIN 1001 (OPTION) Flat Range Rental
Contractor shall provide a quantity of three flat ranges per day for up to 50 personnel.
Qty: 9 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0001

CLIN 1002 (OPTION) Tactical Training Area
Contractor shall provide a tactical training area for up to 50 personnel.
Qty: 9 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0002

CLIN 1003 (OPTION) Classroom
Contractor shall provide a classroom for up to 50 personnel.
Qty: 9 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0003

CLIN 1004 (OPTION) Lodging
Contractor shall provide on-site loding for up to 70 personnel.
Qty: 11 days
Period of Performance: TBD; 1 calendar year after completion of CLIN 0004

Section C – Specifications

CLIN 0001 & 1001 – Flat Ranges shall meet the following specifications.
• 25 Yards
• 15-20 Shooting Positions
• Moving Targets
• Steel Targets
• Barricades
• Vehicle Targets
• Towers with Shooting Decks

CLIN 0002 & 1002 – Tactical Training Area shall meet the following specifications.
• Minimum of 3 Shoot houses
• Multiple Rooms and Layouts

CLIN 0003 & 1003 Classroom rental shall meet the following specifications.
• Accommodate up to 20 students
• Whiteboards
 Video Projection Equipment

Section F – Place of Performance

The place of performance shall be at the Contractor’s Facility within a 50-mile radius of NAS Oceana, Dam Neck Annex, Virginia Beach, VA.

Section I Clauses
Following Clauses and provision applies to this procurement:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12
FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item Mar-89
FAR 52.219-8 Utilization of Small Business Concerns Jan-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.243-7002 Requests for Equitable Adjustments Mar-98
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
DFARS 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007) – Alternate 1 Jun-05
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM Eastern Standard Time (EST) on 16 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0202/listing.html
OutreachSystems Article Number: 130502/PROCURE/0087
Matching Key Words: video*; film?; produc*; train*; you; website; site?; business*; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–Joint Commission Topical Education (Virtual) VA77713I0081 051713 Dana Diamond Contract Specialist 314-894-6648 x64432 dana.diamond@va.gov This amendment was issued to correct the RFI title from “Joint Commission topical Education (Satellite) to “Joint Commission Topical Education (Virtual), all other verbiageVA remains the same.
I. Introduction
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA’s requirements, understand contractor’s pricing and discount practices and other market information readily available. Information gathered from this RFI will assist with this determination. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The Government reserves the right to limit the distribution of the resulting solicitation among the most highly rated responses to this RFI.
II. Background
The Department of Veterans Affairs, Veterans Health Administration (VHA), Employee Education System (EES) Services, now seeks the support of a contractor with a broad The Joint Commission (TJC) personnel technical expertise and seeking virtual education programs that are accredited and provided in a live, interactive virtual format utilizing a combination of current TJC personnel, current TJC trained surveyors and other healthcare professionals as subject matter experts to analyze, discuss, demonstrate and interpret regulations, and articulate successful compliance of TJC strategies to its viewers.
III. Requirements: Single Award Scope of Work
The contractor will be required to provide;
1. Labor, material and services necessary for the Department of Veterans Affairs (DVA), Veterans Health Administration (VHA) to conduct monthly recurring 60 minutes in length virtual interactive instructor-led programson TJC education educational programs throughout the Calendar Year. VHA will have all exclusive legal rights to this training resource and reserves the rights to share this resource with any federal, state, local, and tribal government as per section 4120 of title 5, United States Code.
1. An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view current TJC personnel conducting LIVE training broadcasts. It must meet all VHA IT and security requirements.
2. Methods for questions and answers during and after the LIVE broadcast between presenters and learners.
3. RECORDING of all TJC personnel conducting LIVE training broadcasts An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view .
4. A secure server for web base online registration well as for participants to receive continuing education credits that can accommodate all VHA web browsers, operating systems and meeting VHA IT and security requirements
5. Easy access for Customer Service (CS) support assistance via toll free phone number and e-mail to assist with on-line registration and other program questions
6. Two rosters of VHA attendees for each program offering 1) Those that applied for CEU’s 2) All VHA attendees after two weeks from a program offering. All VHA attendee personal information will be safe guarded at all times on a secure server to include no Personally Identifiable Information (PII) will be collected.
7. No marketing of other contractor programs, products and services to participants.
8. Develop participant handouts and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
9. Develop program promotional marketing material and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
10. Develop, conduct, measurable end of program learning evaluations questions for each monthly session. Monthly program learning evaluations questions need to assess at least the Level-Two phase using the industry best practice model, Kirkpatrick Model®.
11. Quarterly provide a valuation plan summary from the monthly evaluations that will have (a) the purpose and objectives, (b) data collection strategy, (c) communication strategy, and (d) survey administration strategy using at least the Level-Three phase using the industry best practice model, Kirkpatrick Model®.
12. Incorporate the most current TJC Standards requirements for major hospital staff elements, e.g. Administration, Physician, Nurses, Nurse Aide, Medical Records, Medical Technology, Pharmacy, Physical Therapy, Physician’s Assistant, Respiratory Therapy, Occupational Therapy, Emergency Medical Technicians, Social Work, Housekeeping, and Maintenance.
13. A Continuing Education Unit (CEU) 1.0 CEU minimum, by a nationally recognized accreditation body which corresponds with the monthly training topic will be issued to each VHA employee participating in the livebroadcast and, or recorded broadcasts upon satisfactorily completing the post exam and educational program evaluation. Participants applying for CEUs will have one year from broadcast date to complete the requirements for CEUs.
14. Virtual broadcasts shall also reflect standards of accredited healthcare bodies as outlined below:
” Accreditation Council for Continuing Medical Education
” American Association for Respiratory Care
” American Health Information Management Association
” American Society of Radiological Technologists
” Continuing Education Coordinating Board for Emergency Medical Services
” Certifying Board for Dietary Managers
” Dietary Managers Association
” American Nurses Credentialing Center
” Accreditation Council on Pharmacy Education
” American Dietetic Association
” National Association of Healthcare Quality
” American College of Healthcare Executives
IV. Submittal Information
Contractors having the skills and capabilities necessary to perform the stated requirements are encouraged to submit a written response that addresses the above information. The response is restricted to 8-1/2″ X 11″ paper, 12-point font, and page margins shall not exceed top/bottom 1″ and left/right 0.75.” Graphics and tables may use a smaller font but must be clearly readable. In response to the RFI, interested contractors shall submit the following information no later than 17th May 2013, 4:00pm EST to, Dana Diamond at dana.diamond@va.gov.
A. Past Experience: Provide the following information for three similar contracts completed within the last three to five years for which the responder was a prime or major subcontractor.
1. The name, address, and value of each contract.
2. The Prime Contract Type, e.g., Firm Fixed-Price, or Cost-Reimbursement.
3. The name, telephone and address of each contract owner.
4. Your company’s role (Prime or Sub) and services provided. If your company was a major subcontractor – provide an overview of your work share and responsibilities.
5. An overview of prime contract requirements and deliverables.
6. An overview of your technical approach.
7. A description of the contract’s difficulties and successes.
8. Descriptions of any tools utilized, and if proprietary please state.
B. Capabilities/Qualifications:
1. Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
2. Teaming Arrangements – Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work.
3. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and/or Hub Zone. If Service-Disabled or Veteran Owned Small Business is your company and or partners verified in VA’s VetBiz repository?
4. Commercial availability – Description of the length of time your services have been commercially available.
5. Price information – Provide your labor categories and labor rates and related discount history for the same or similar services. If services are available under GSA Federal Supply Contract, please provide GSA Contract Number, GSA pricing (to include GSA approved labor categories and labor rates), and GSA contract expiration date.
6. Other Market Information – Provide any other relative information, however this information must be included within the five page limitation.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0081/listing.html
OutreachSystems Article Number: 130502/PROCURE/0088
Matching Key Words: broadcast*; program?; education*; train*; 


VADepartment of Veterans Affairs, VA Tennessee Valley Health Care System (Murfreesboro), Department of Veterans Affairs Tennessee Valley Health Care System Alvin C. York Campus, 800 zorn ave, Luoisville, KY 40206

U–Patorial Training/certification VA249-13-Q-0257 050613 Name: Cinnamon Washington, Title: Purchasing agent, Phone: 5022876732, Fax: 5022876115, Email: cinnamon.washington@va.gov; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA249-13-Q-0257 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-05-06 12:00:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Louisville, KY 40206 Place of Performance: Louisville, KY 40206 40206-1433 US URL: https://www.fbo.gov/spg/VA/MuVAMC626A4/MuVAMC626A4/VA249-13-Q-0257/listing.html
OutreachSystems Article Number: 130502/PROCURE/0089
Matching Key Words: state!ky; 

Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — Electrical Service 13-03 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of 600px-US-DeptOfLabor-Seal.svgAdministration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

MCDC is soliciting bids for the provision of electrical service to the center. The service must be provided through  the existing utility lines.

For details and the Scope of Work and bid documents see the attachment.

The terms,conditions and flow down clauses are available at www.horizonsyouthservices.com .

MCDC is operated by Horizons Youth Services Llc. under a contract with the Department of Labor.
Place of Performance: Mulenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-03/listing.html
OutreachSystems Article Number: 130501/PROCURE/0458
Matching Key Words: age:state!ky; state!ky; 


Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — solid waste service 13-05 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of Administration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY.

MCDC is soliciting bids for the provison of trash service to the center.

For details, the Scope of Work and bid submission documents see the attachment.

The terms, conditions and flow down clauses are available at www.horizonsyouthservices.com .

MCDC is operated by Horizons Youth Services under a contract with the Department of Labor.

Place of Performance: Muhlenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-05/listing.html
OutreachSystems Article Number: 130501/PROCURE/0459
Matching Key Words: age:state!ky; state!ky; 


US Dept Of LaborDepartment of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North Greenville KY 42345

99 — 99 13-07 053113 James R. Hill, Buyer, Phone 270-377-3253, Fax 270-338-6853, Email hill.ralph@jobcorps.org – Glen Embry, Director of Administration, Phone 270-377-3255, Email embry.glen@jobcorps.org THIS IS A SUBCONTRACTING OPPORTUNITY

MCDC is soliciting bids for the provision of municipal water service to the center.

For details, the Scope of Work and bid submission documents see the attachment.

The terms, conditions and flow down clauses are availalbe at http://www.horizonsyouthservices.com.

MCDC is operated by Horizons Youth Servcies Llc. under a contract with the Department of Labor.
Place of Performance: Muhlenberg Career Development Center 3875 State Route Hwy 181 North Greenville, KY 42345 US URL: https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/13-07/listing.html
OutreachSystems Article Number: 130501/PROCURE/0460
Matching Key Words: age:state!ky; state!ky; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — DATAMAN SCANNERS H92244-13-T-0200 051513 Courtney Greco, Phone 7578629471, Email courtney.greco@vb.socom.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included160px-Special_Operations_Specops_Army.svg in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0200. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 April 2013. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9E.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

SECTION B Schedule of Supplies and Services

CLIN 0001 ID READER
DATAMAN 9500 ID READER COMMUNICATES WITH 3RD PARTY WIRELESS NETWORK ADHOC OR ACCESS POINT 802.11 B/G 2.4 GHZ, HANDHELD SCANNER WITH 256MB DDR RAM WITH A 2.2″ DISPLAY 320X240 PIXELS TOUCH SCREEN WITH ADJUSTABLE BACKLIGHT. FIELD OF VIEW AND READING DISTANCES ARE FROM 0″ TO 24″. RADIO TURNED OFF AND RADIO SOFTWARE UNINSTALLED.
MFR: DATAMAN
MODEL NO: DMR950100
QTY: 6 EACH
FFP
FOB DESTINATION

CLIN 0002 24V P/S INTELLIGENT BASE
MFR: DATAMAN
MODEL NO: DMA24VPWRUS
QTY: 6 EACH
FFP
FOB DESTINATION

CLIN 0003 DATAMAN 8000 WIRELESS RECHARGEABLE BATTERY
MFR: DATAMAN
MODEL NO: DMAHHBATTERY0
QTY: 6 EACH
FFP
FOB DESTINATION

Section I Clauses

Following Clauses and provision applies to this procurement:
FAR 52.202-1 Definitions Jan-12
FAR 52.203-3 Gratuities Apr-84
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12
FAR 52.204-99 DEV System for Award Management Registration Aug-12
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08
FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12
FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) ( Feb-12
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11
FAR 52.222-3 Convict Labor Jun-03
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Jul-10
FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99
FAR 52.222-26 Equal Opportunity Mar-07
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10
FAR 52.222-50 Combating Trafficking in Persons Feb-09
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03
FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors
(Deviation) Aug-12
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02
FAR 52.233-3 Protest After Award Aug-96
FAR 52-242-13 Bankruptcy Jul-95
FAR 52.243-1 Changes-Fixed Price Aug-87
FAR 52.247-34 F.o.b. Destination Nov-91
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84
FAR 52.253-1 Computer Generated Forms Jan-91
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec-09
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03
DFARS 252.232-7010 Levies on Contract Payments Dec-06
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02
SOFARS 5652.204-9004 Foreign Persons 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11
SOFARS 5652.237-9000 Contractor Personnel Changes 1998
SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998

CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil

FAR 52.212-2 Evaluation - Commercial Items Jan-99
FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb-12
FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99
FAR 52.222-25 Affirmative Action Compliance Apr-84
FAR 52.252-2 Clauses Incorporated By Reference Feb-98
FAR 52.252-5 Authorized Deviations in Provisions Apr-84
FAR 52.252-6 Authorized Deviations in Clauses Apr-84
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471.
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil.

Quotes must be received no later than 09:00 AM Eastern Standard Time (EST) on 15 May 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 REGULUS AVENUE VIRGINIA BEACH, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0200/listing.html
OutreachSystems Article Number: 130501/PROCURE/0465
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


VADepartment of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–Joint Commission Topical Education (Satellite) VA77713I0081 051713 Dana Diamond dana.diamond@va.gov dana.diamond@va.gov I. Introduction
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA’s requirements, understand contractor’s pricing and discount practices and other market information readily available. Information gathered from this RFI will assist with this determination. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The Government reserves the right to limit the distribution of the resulting solicitation among the most highly rated responses to this RFI.
II. Background
The Department of Veterans Affairs, Veterans Health Administration (VHA), Employee Education System (EES) Services, now seeks the support of a contractor with a broad The Joint Commission (TJC) personnel technical expertise and seeking virtual education programs that are accredited and provided in a live, interactive virtual format utilizing a combination of current TJC personnel, current TJC trained surveyors and other healthcare professionals as subject matter experts to analyze, discuss, demonstrate and interpret regulations, and articulate successful compliance of TJC strategies to its viewers.
III. Requirements: Single Award Scope of Work
The contractor will be required to provide;
1. Labor, material and services necessary for the Department of Veterans Affairs (DVA), Veterans Health Administration (VHA) to conduct monthly recurring 60 minutes in length virtual interactive instructor-led programson TJC education educational programs throughout the Calendar Year. VHA will have all exclusive legal rights to this training resource and reserves the rights to share this resource with any federal, state, local, and tribal government as per section 4120 of title 5, United States Code.
1. An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view current TJC personnel conducting LIVE training broadcasts. It must meet all VHA IT and security requirements.
2. Methods for questions and answers during and after the LIVE broadcast between presenters and learners.
3. RECORDING of all TJC personnel conducting LIVE training broadcasts An unrestricted active Uniform Resource Locator (URL) global address to a hyperlink on a streaming media server hosted on a contractors secure website for user friendly online access to view .
4. A secure server for web base online registration well as for participants to receive continuing education credits that can accommodate all VHA web browsers, operating systems and meeting VHA IT and security requirements
5. Easy access for Customer Service (CS) support assistance via toll free phone number and e-mail to assist with on-line registration and other program questions
6. Two rosters of VHA attendees for each program offering 1) Those that applied for CEU’s 2) All VHA attendees after two weeks from a program offering. All VHA attendee personal information will be safe guarded at all times on a secure server to include no Personally Identifiable Information (PII) will be collected.
7. No marketing of other contractor programs, products and services to participants.
8. Develop participant handouts and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
9. Develop program promotional marketing material and host them on a secure contractor’s hosted website for viewing and downloading. Available for participant viewing at least two months before program scheduled date and one year after completion.
10. Develop, conduct, measurable end of program learning evaluations questions for each monthly session. Monthly program learning evaluations questions need to assess at least the Level-Two phase using the industry best practice model, Kirkpatrick Model®.
11. Quarterly provide a valuation plan summary from the monthly evaluations that will have (a) the purpose and objectives, (b) data collection strategy, (c) communication strategy, and (d) survey administration strategy using at least the Level-Three phase using the industry best practice model, Kirkpatrick Model®.
12. Incorporate the most current TJC Standards requirements for major hospital staff elements, e.g. Administration, Physician, Nurses, Nurse Aide, Medical Records, Medical Technology, Pharmacy, Physical Therapy, Physician’s Assistant, Respiratory Therapy, Occupational Therapy, Emergency Medical Technicians, Social Work, Housekeeping, and Maintenance.
13. A Continuing Education Unit (CEU) 1.0 CEU minimum, by a nationally recognized accreditation body which corresponds with the monthly training topic will be issued to each VHA employee participating in the livebroadcast and, or recorded broadcasts upon satisfactorily completing the post exam and educational program evaluation. Participants applying for CEUs will have one year from broadcast date to complete the requirements for CEUs.
14. Virtual broadcasts shall also reflect standards of accredited healthcare bodies as outlined below:
” Accreditation Council for Continuing Medical Education
” American Association for Respiratory Care
” American Health Information Management Association
” American Society of Radiological Technologists
” Continuing Education Coordinating Board for Emergency Medical Services
” Certifying Board for Dietary Managers
” Dietary Managers Association
” American Nurses Credentialing Center
” Accreditation Council on Pharmacy Education
” American Dietetic Association
” National Association of Healthcare Quality
” American College of Healthcare Executives
IV. Submittal Information
Contractors having the skills and capabilities necessary to perform the stated requirements are encouraged to submit a written response that addresses the above information. The response is restricted to 8-1/2″ X 11″ paper, 12-point font, and page margins shall not exceed top/bottom 1″ and left/right 0.75.” Graphics and tables may use a smaller font but must be clearly readable. In response to the RFI, interested contractors shall submit the following information no later than 17th May 2013, 4:00pm EST to, Dana Diamond at dana.diamond@va.gov.
A. Past Experience: Provide the following information for three similar contracts completed within the last three to five years for which the responder was a prime or major subcontractor.
1. The name, address, and value of each contract.
2. The Prime Contract Type, e.g., Firm Fixed-Price, or Cost-Reimbursement.
3. The name, telephone and address of each contract owner.
4. Your company’s role (Prime or Sub) and services provided. If your company was a major subcontractor – provide an overview of your work share and responsibilities.
5. An overview of prime contract requirements and deliverables.
6. An overview of your technical approach.
7. A description of the contract’s difficulties and successes.
8. Descriptions of any tools utilized, and if proprietary please state.
B. Capabilities/Qualifications:
1. Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
2. Teaming Arrangements – Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work.
3. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and/or Hub Zone. If Service-Disabled or Veteran Owned Small Business is your company and or partners verified in VA’s VetBiz repository?
4. Commercial availability – Description of the length of time your services have been commercially available.
5. Price information – Provide your labor categories and labor rates and related discount history for the same or similar services. If services are available under GSA Federal Supply Contract, please provide GSA Contract Number, GSA pricing (to include GSA approved labor categories and labor rates), and GSA contract expiration date.
6. Other Market Information – Provide any other relative information, however this information must be included within the five page limitation.

See attached document ATTACHMENT_RFI_STAFF DEVELOPMENT_02092012_05.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0081/listing.html
OutreachSystems Article Number: 130501/PROCURE/0495
Matching Key Words: broadcast*; program?; education*; train*; 

FedBizOpps – Awards

Department of the Air Force, US Central Command Air Force/A4-LGCP, A7K (Shaw), 524 Shaw Drive, Suite 231 Shaw AFB SC 29152

R — Air Force Central (AFCENT) is seeking sponsorship for Tribute to the Fallen Heroes in an undisclosed location in Southwest Asia (Oman) 13-039 Rochelle R. Miles, Commercial Sponsorship Coordinator, Phone 803-895-2996, Email afcent.a1sponsor@afcent.af.mil 13-011 $undisclosed here 021113 Micah Group Energy & Environmental, 389 Waller Avenue, Suite 210 Lexington, KY 40504 US Thank you Micah Group Energy & Environmental for supporting this memorial event.
URL: https://www.fbo.gov/notices/9b52fdeab4d8b276b057007d84866670
OutreachSystems Article Number: 130509/AWARDS/0874
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GApeostri_org_banner_v09292010 and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 28 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis for either May 29th or May 30th from the hours (0830 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130502/SPECIAL/1040
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — Mission Execution Support Services SOL DE-SOL-0005388 Description The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), is conducting a Market Survey to identify small businesses capable of providing Mission Execution (ME) support services at NETL. An organization that is not considered a small business under the applicable North American Industrial Classification System (NAICS) code (see below) should NOT submit a response to this notice. THIS IS A SOURCES SOUGHT NOTICE for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement and NO CONTRACT will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or for any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government?s determination of the small business type to be utilized in an anticipated solicitation. The magnitude of this effort is expected to be $20 million or more per year. The North American Industrial Classification System (NAICS) code for this effort is 541330, Engineering Services with a sizestandard of $35.5 million average annual receipts as determined by the Small Business Administration (SBA). The NAICS code is provided for use by businesses in determining their appropriate small business sizestandard in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration’s web site at: http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards. The NETL is a science, technology, and energy laboratory owned and operated by the DOE. As part of DOE?s national laboratory system, NETL supports DOE?s mission to advance the national, economic, and energy security of the United States. NETL is DOE?s only national laboratory dedicated to Fossil Energy (FE) Research, Development, and Demonstration (RD&D). NETL has three sites that conduct on-site research and development (R&D) ? Morgantown, West Virginia; Pittsburgh, Pennsylvania; and Albany, Oregon. Two other office sites are located in Anchorage, Alaska; and Sugarland, Texas. All five sites operate under one management structure. In addition to its on-site R&D, NETL implements and manages extramural RD&D and conducts energy analyses. NETL?s project portfolio includes RD&D conducted through financial assistance, cooperative research and development agreements, and contractual arrangements. Approximately 1,200 research activities are conducted in partnership with industry, academia, other national laboratories, private research organizations, non-profit organizations, and other Federal and State agencies. NETL?s mission is to advance energy options to fuel our economy, strengthen our security, and improve our environment. NETL is primarily responsible for implementing and managing coal, natural gas, and oil RD&D programs for FE. Additionally, NETL implements and manages other DOE, governmental, and international programs and projects. Significant activities are sponsored by the DOE?s Office of Energy Efficiency and Renewable Energy (EERE) and Office of Electricity Delivery and Energy Reliability (OE). Additional information about NETL can be attained at our website: http://www.netl.doe.gov. Project Requirements The anticipated contract type is a Performance-Based Indefinite Delivery Indefinite Quantity (IDIQ) contract providing for issuance of Cost-Plus Award Fee (CPAF), Cost-Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Fixed Price Incentives (FPI) task orders. The type of task order will be dependent upon the services required. Anticipated task orders for this contract would support activities at all NETL facilities with staffing primarily anticipated to be located at the NETL Morgantown and Pittsburgh campuses. It is anticipated that the Anchorage, AK and Sugarland, TX sites will require minimal staffing. NETL anticipates issuing a solicitation for ME services that provide quality and timely technical and associated administrative support services for program and project planning, execution, monitoring, and assessment. In general, these services are comprised of identifying, compiling, reducing, and reporting energy-related information; preparing, facilitating, and reporting out on various types of meetings; maintaining, enhancing, populating, and exercising systems and databases; and conducting limited analyses and evaluations, e.g., market penetration assessments. Further, a potential contractor would be able to provide general assistance supporting other program- and project-related activities such as technology awareness and communications inclusive of technology transfer. The services are to support the efforts of the Government and will assist NETL in achieving desired outcomes in an efficient manner. Support is expected to be needed in the following four (4) service areas and will be aligned with multiple operational activities that are used to deliver high-quality, disciplined, and relevant research and technology development at NETL. Program and Project Implementation — Applied research and technology development focused on key barriers to commercialization require a disciplined framework ? a framework that NETL employs on a daily basis. Information reflecting the progress of individual research activities in meeting their established objectives to addressing technical limitations at a program level is developed, tracked, updated and reported as part of NETL?s management protocols. In addition, NETL develops technology transfer and outreach materials in order to effectively communicate with its various stakeholder groups. Systems and Databases — Maintenance, enhancement, and use of commercial software as well as customized databases and information processing systems are necessary to conduct and manage the research at NETL. It is imperative that significanttechnical data and extensive project management information required to efficiently deliver an energy-related research and technology development program be routinely compiled, analyzed, and reported. These types of data and information range from individual activity?s milestones, schedules, and costs to the operational performance of a given energy conversion system. Assessments/Reviews/Evaluations — Review of the scientific merit of individual research activities,, and the technical and cost performance of technology advancements as well as portfolios of related RD&D activities is a continuous process at NETL. Assessments are used to develop defensible recommendations affecting continued support to a given research activity and to affirm or alter the direction of future RD&D. Technical Information — Staying current with energy-related advancements is routine at NETL and represents a key aspect of due diligence underpinning the investment of public funds. Technology performance, associated costs, and regulatory and environmental impacts information are considered across NETL?s programs and employed to support multiple operational activities, e.g., program review, strategic planning, and technology transfer. The anticipated labor mix will require a diverse pool of labor with a range of education and years of experience. Junior-, mid- and senior-level engineers, scientists, business/engineering analysts, and administrative specialists will be required. Expression of Interest/Capability Statement Interested small businesses shall submit the following: (1) A cover page (no longer than one page) which briefly describes your company. The cover page should also include, at a minimum, the name of your organization, address, DUNS number, the number of years in business, the number of employees you have now and over your last three business years, and your demographics. For your demographics, indicate whether you are: a) a Small Business, b) a Small Disadvantaged Business, c) an 8(a) Small Business, d) a Veteran-Owned Small Business, e) a Service-Disabled Veteran-Owned (SDVO) Small Business, f) a Historically Underutilized Business Zone (HUBZone) Small Business, g) a Women-Owned (WO) Small Business, and/or h) an Economically Disadvantaged Women-Owned (EDWO) Small Business. (2) A capability statement (no more than eleven pages) describing your capability and expertise to perform the requirement outlined in this notice, specifically indicating: ? Capability and expertise in technology, regulatory, and policy information research; energy and cost data analysis; technical writing: graphics development; meeting planning and facilitation; review of technical proposals; planning and logistical support for peer reviews; roadmapping; project, portfolio, and program assessments; National Environmental Policy Act (NEPA) support; and energy technology areas (e.g. coal and natural gas based power generation including gasification, boiler combustion, turbine combustion, and fuel cell; coal and natural gas-based manufacture of chemicals and fuels; crude oil and natural gas resources including tight gas, shale oil and gas, methane hydrate, and carbon dioxide enhanced oil recovery (CO2-EOR); electricity transmission and distribution; and vehicle technologies). ? Demonstrated capability of management and oversight on a requirement of this size/magnitude (technical and administrative support services of approximately $20M per year), scope (similar in nature to that described in this notification including management of a geographically dispersed effort), and complexity (delivery of support services to organizations responsible for the planning, execution and management of research, development, demonstration, and deployment projects that are characteristic of the DOE?s FE, EERE, and OE programs). ? Demonstrated ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude. ? Demonstrated capability of providing access to a flexible revolving workforce to effectively meet the requirements of the service areas identified in this notice. ? Past history of teaming and/or significant subcontracting, if anticipated, and implementation thereof. Your response should be limited to a discussion of your interest, identification of business size, and demonstration of your capability/experience/resources to perform this requirement. Do NOT provide financial statements as part of your response. Submission For consistency, the respondent is instructed to submit their response in either MS Word (.doc) or Adobe Acrobat (.pdf) format (version 2003 or earlier). All interested parties responding to this market survey must submit their responses via the FedConnect no later than 3:00 PM Local Time (Morgantown, WV) on June 05, 2013. The FedConnect web portal (found at https://www.fedconnect.net) is used to disseminate this sources sought notification, receive questions, and accept the expressions of interests and demonstrated capability information in response to this notification. ONLY RESPONSES RECEIVED THROUGH FEDCONNECT WILL BE ANALYZED IN RESPONSE TO THIS NOTICE. Your are strongly encouraged to submit your Expression of Interest/Capability Statement at least 24 hours before the specified due date in order to have time to resolve any transmission problems. It is your responsibility to allow an adequate amount of time for receipt of your submission. To get started, download a copy of the quick start guide, ?FedConnect, Ready, Set, Go Guide? which will provide assistance/instructions on registering, finding an opportunity, sending and receiving messages, and submitting a response. To register, please visit the FedConnect web portal at https://www.fedconnect.net, and click on the link: ?Click here to register.? Please note that before you can register in FedConnect, you will need a DUNS (http://fedgov.dnb.com/webform) and a federal System for Award Management (SAM) account (www.sam.gov). You are encouraged to register as soon as possible and should allow at least 14 days to complete these registrations. To find this Sources Sought Notification, click on ?Search Public Opportunities? and search by the RFP Number, DE-SOL-0005388 used to identify this sources sought notice. Please bookmark this page and check it frequently for updates. It is highly recommended that once you access the opportunity that you request to be alerted for amendments, messages, and any e-mail alerts associated with this requirement. To do so, you will need to click on the ?Register to Receive Notifications? button under ?What do I do now?? If someone from your company has already registered interest for this opportunity, the ?Register to Receive Notifications? button will not display. Instead, you will have the option to join the response team by clicking the Join the Team button within the Response Team section. All questions regarding the content of this notification must be submitted electronically via FedConnect. You must register with FedConnect to respond as an interested party to submit questions, and to view responses to questions. Questions and answers will also be posted to the electronic reading room available at the following Web addresshttp://www.netl.doe.gov/business/solicitations/ssc2008/index.html. Questions will not be answered over the phone. The Contracting Officer must receive questions regarding the Sources Sought Notification via FedConnect no later than ten (10) business days prior to the established due date. The Government will review the questions and reserves the right to not respond to any questions received after this timeframe or not relevant to providing responses to this notification. Please note – FedConnect is owned and operated by Compusearch Software Systems Inc., not by the Department of Energy and DOE does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact FedConnect directly: By e-mail: support@FedConnect.net By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m., Eastern Daylight Time, except Federal holidays). As indicated previously, this is NOT a solicitation therefore no cost or pricing information should be provided. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the offeror?s expression of interest, identification of business size, and demonstration of capabilities/experience based on the items indicated in this notification. Contracting Office NETL, 3610 Collins Ferry Road (MS-I07), P.O. Box 880, Morgantown, WV 26507-0880 Angela Bosley, Contracting Officer, 304-285-4149, DE-SOL-0005388@netl.doe.gov Amanda Lopez, Contract Specialist, 304-285-4220, DE-SOL-0005388@netl.doe.gov Overview Reference number: DE-SOL-0005388 Issue date: 05/02/2013 Response due: 06/05/2013 08:00 PM ET Set Aside: N/A NAICS: 541330 PSC / FSC: R408-SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT Agency: DOE Contracting office: U.S. DOE/NETL Morgantown Campus 3610 Collins Ferry Road PO Box 880 Morgantown, WV 26507-0880 Place of Performance: Contact: Angela Bosley Phone: Fax: Email: angela.bosley@netl.doe.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130503/SMALL/4792
Matching Key Words: writ*; copy; technical; standard; 

USABID State and Local Purchases

California – San Diego Association of Governments http://www.sandag.org/index.asp?fuseaction=rfps.home San Diego Association of Governments 401 B Street, Suite 800, San Diego, California 92101 ph: (619) 699-1900 fax: (619) 699-1905

R – Banking & Merchant Services RFP (5004266) SOL SANDAG is seeking proposals from qualified financial institutions and credit card processing companies to provide banking and/or merchant services. SANDAG anticipates awarding up to two (2) contracts, one (1) contractor for each specific area of service under this RFP. Proposer may submit a written proposal (technical and cost components) for either service area (Banking Services or Merchant Services) or for both service areas (two separate written proposals). Please download the RFP (click DETAILS at the end of this paragraph for RFP 5004266). To download the RFP you will need to register in SANDAG?s online database (see 1. Register Your Firm at the top of this Web page). If you do not have Web access, RFP documents can be emailed or mailed to you. A non-mandatory preproposal meeting will be held on Friday, May 17, 2013, at 10:30 a.m. (PDT) in SANDAG Conference Room 8A (8th floor), 401 B Street, 8th Floor, San Diego, CA 92101. Proposers who cannot attend may participate via telephone. Please send an email to janet.yeh@sandag.gov expressing your intent to participate via telephone at least one business day in advance of the meeting. For those calling in: (1) Dial the Telephone Number: 1 (888) 204-5987 (Toll-Free North America); (2) Enter the Pass Code: 9252950#. Proposals are due by 4 p.m. (PDT) on Wednesday, June 5, 2013, at SANDAG?s 8th floor office. Questions to Janet Yeh at SANDAG, 401 B Street, Suite 800, San Diego, CA 92101, or Janet.Yeh@sandag.org, (619) 699-6952. Details. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130510/BID/0129
Matching Key Words: writ*; technical; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Relocate Communications DuctbankAttachment AAttachment BAttachme SOL CCK-1882-13 Relocate Communications DuctbankAttachment AAttachment BAttachment CAttachment D For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130510/BID/0464
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Prison Rape Elimination Act Conference RFP : 1300000359 SOL Prison Rape Elimination Act Conference RFP : 1300000359 Department Of Corrections Request for Proposals(RFP) Published On : 5/8/13 Amended On : Closing On : 6/4/13 2:00 PM EDT Time Left: 27 Days, 02:32:24 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0022
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFB-219-113 Bond Forfeiture/Group III MAD 13/Hopkins Co RFB : 1 SOL RFB-219-113 Bond Forfeiture/Group III MAD 13/Hopkins Co RFB : 1300000956 Facilities & Support Services Carolyn Turner Construction Request for Bids(RFB) Published On : 5/8/13 Amended On : Closing On : 5/30/13 10:30 AM EDT Time Left: 21 Days, 23:01:48 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0023
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2366Demolish Cooperstown Buildings A, B, C, F & GPlans SOL CCK-1881-13 Project # 2366Demolish Cooperstown Buildings A, B, C, F & GPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0461
Matching Key Words: age:state!ky; state!ky; 


New York – Nassau County https://eproc.nassaucountyny.gov/MainBidBoard 240 Old Country Road, Room 307, Mineola, NY 11501. Phone: 516-571-4200.

T – DEVELOPMENT OF TRAINING AND ORIENTATION VIDEOTAPES SOL PD0419-1318 Nassau County, New York (the “County”) is currently seeking proposals from qualified video productioncompanies/videographers to assist the Nassau County Sheriff’s Department (“Sheriff’s Department”) and the Nassau County Department of Probation (“Probation”) in scripting training and orientation videos; orientation videos for volunteers and service providers, and inmate orientation videos; and to film and produce such video tapes. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/0979
Matching Key Words: video*; film?; produc*; train*; produce?; production?; 


Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

R – Audio and Video Transcription, Captioning, & Translation Services SOL Ref #: UW-13-0058MH The UW would like to obtain audio and video transcription, captioning and translation services to support classroominstruction, news video production and future product development. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130509/BID/1291
Matching Key Words: video*; produc*; production?; instruct*; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Horseback Riding – Lake Barkley State Resort Park RFB : 1300000 SOL Horseback Riding – Lake Barkley State Resort Park RFB : 1300000938 Office Of The Controller Jane Stamper Request for Bids(RFB) Published On : 5/6/13 Amended On : Closing On : 5/20/13 1:30 PM EDT Time Left: 13 Days, 01:43:15 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0012
Matching Key Words: age:state!ky; state!ky; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production SOL 56-1213-16-RFP Professional Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0522
Matching Key Words: video*; produc*; production?; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production SOL 56-1213-16-RFP Professional Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0523
Matching Key Words: video*; produc*; production?; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production (Pitt County) Bid Canceled – 05 SOL 56-1213-15-RFP Professional Video Production (Pitt County) Bid Canceled – 05/07/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/0530
Matching Key Words: video*; produc*; production?; 


Washington – General Administration Goods and Services https://fortress.wa.gov/ga/webs/bidcalendar.aspx State of Washington; PO Box 41000; Olympia, WA 98504 Phone 360-902-7300

R - Video project, risk management startegies for farms. SOL Ref #: K1139 The WSDA is soliciting proposals to provide our Office of Compliance and Outreach (OCO) with a series of videos to support outreach andeducation to varied agriculture producers and processors. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130508/BID/1114
Matching Key Words: video*; produc*; education*; 

Florida – Osceola County Board of County Commissioners https://vendorlink.osceola.org/vendor/common/searchsolicitations.aspx Ph: 407-742-0900.

T – Decade of Memories Luncheon Audio Video and Ancillary Services SOL RFQ-13-03360-KC The intent of this solicitation is to select a successful Bidder for the provision of audio and video services for a luncheonproduced by Osceola County?s Department of Tourism. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130507/BID/0288
Matching Key Words: video*; produc*; produce?; 


State of North Carolina Interactive Purchasing System https://www.ips.state.nc.us/ips/OpenBidSearch.aspx North Carolina Division of Purchase and Contract, 4th Floor, Administration Building,116 West Jones Street, Raleigh, NC. Ph: (919) 807-4500.

T – Professional Video Production (Pitt County) SOL 56-1213-15-RFP Professional Video Production (Pitt County) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130507/BID/0574
Matching Key Words: video*; produc*; production?; 


Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

99 - Film Production - Capitol Dome SOL Agency Requisition Number: 809-13-0056 Film Production - Capitol Dome For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130507/BID/0873
Matching Key Words: film?; produc*; production?; 

Comm-Pass : Commonwealth of Massachusetts; Help Desk 888-627-8283 http://www.comm-pass.com

T – Third Party Video Distribution Project SOL null Document Title: Third Party Video Distribution Project Document Status: OPEN Version: 00000 Estimated Value (US$): Not Available Estimated Units: Not Available Open Date: 05/03/2013 08:30AM Close Date: 05/17/2013 04:00PM Amendment Deadline: 05/16/2013 12:00PM Last Changed Date: 05/03/2013 08:30AM Comm-PASS Category: Vehicles, Transportation and Road Maintenance – Related Equipment, Services & Supplies  / EQUIPMENT-ROAD-Trailer Mounted Message Boards Issuing Organization: Massachusetts Department of Transportation MassDOT Highway (Formerly Massachusetts Highway Department) / Massachusetts Department of Transportation (Formerly Massachusetts Highway Department) Procurement Type: Restricted To Use By Defined Entities Only Applicable Procurement Law: MGL c. 7, 22; c. 30, 51, 52; 801 CMR 21.00 For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No For Statewide Contract: No Contains Federal Stimulus: No Contains EPP: No Contains SDP : No Contains Prompt Pay: No Contains MBE/WBE/DBE Goal: No Search Key Words: Tony Wade, MassDOT,massdot, tpvd2013, third, party Description: This Request for Responses is issued by the Massachusetts Department of Transportation to interested parties for the submissions of Proposals to provide video distributionservices on behalf of the Massachusetts Department of Transportation. MassDOT has determined that the most efficient method to accomplish video distribution goals is to enter into one or more video distributionagreements with third party entities that could enhance the quality and quantity of video feeds to first responders and other public safety partners. Related Contract Number: Not Available For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0039
Matching Key Words: video*; distribut*; 


Georgia – Cobb County http://www.cobb.k12.ga.us/centraloffice/Purchasing/Current%20Bids%20and%20RFPs.htm Cobb County School District; 6975 Cobb International Blvd., Kennesaw, GA. 30152; Phone: (770) 590-4524, Fax: (770) 426-3371, Email: DL-Purchasing Department@cobbk12.org

T – BROADCAST VIDEO PRODUCTION LABS SOL 13-66 BROADCAST VIDEO PRODUCTION LABS For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0445
Matching Key Words: video*; produc*; production?; 


Georgia – Metropolitan Atlanta Rapid Transit Authority (MARTA) http://martabid.itsmarta.com/ 2424 Piedmont Road, NE, Atlanta, GA 30324-3311. Contact MARTA’s Contract Control Branch at (404) 848-5580 or (404) 848-4193.

T – Procurement of MARTA’s Destination Campaign Videos Program SOL RFQ Q29807 The Metropolitan Atlanta Rapid Transit Authority (MARTA) is seeking the services of a video production company to provide high definition videotaping and post production for MARTA’s Station of the Month videos. These videos are an integral element under MARTA’s Destination Campaign. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0448
Matching Key Words: video*; produc*; production?; videotap*; video; serv*; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Fasterners and Related ItemsAttachment SOL UK-1254-13 Fasterners and Related ItemsAttachment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130504/BID/0517
Matching Key Words: age:state!ky; state!ky; 

California Public Notices http://ca.mypublicnotices.com/PublicNotice.asp Collects and centralizes public notice advertisements from newspapers across California.

R – NOTICE OF REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTIONNOTICE OF SOL NOTICE OF REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTIONNOTICE OF REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE STATE COLLEGE BOULEVARD GRADE SEPARATION PROJECTThe City of Fullerton invites proposals from qualified consultants to provide professional construction management of the grade separation project at the intersection of State College Boulevard with the Burlington Northern Santa Fe (BNSF) railroad tracks. Required services under this RFP include: inspection, surveying, soils and materials testing and administrative support staff. The City of Fullerton plans to award a single contract as a result of this procurement. Firms who have provided design services (in a Prime or Subconsultant capacity) on the State College Grade Separation project may not propose for any of the Construction Management Services for this project. A copy of the RFP may be viewed and downloaded at the City Website http://www.ci.fullerton.ca.us under News and Announcements. For help accessing the City Website please contact Ron Bowers at (714) 738-6322 or RonB@ci.fullerton.ca.us. A copy of the current set of draft 100% Plans of the Project is available for review and purchase at Public Planroom Website http://www.crplanwell.com. For help accessing Planwell Website please contact Planwell Administrator at (714) 424-8525. Proposals must be received in the City of Fullerton’s Engineering Department at or before 4:00 p.m. on June 14, 2013. Proposals delivered in person or by using the U.S. Postal Service shall be submitted to the following: City of Fullerton City Hall Engineering Department 303 W. Commonwealth Ave., 2nd Floor Fullerton, California 92832 Attention: Ron Bowers, Senior Civil EngineerProposals, and amendments to proposals, received after the date and time specified above will be returned to the Offerors unopened. A pre-proposal conference will be held on May 16, 2013, at 2:00 PM., at the City of Fullerton, Council Chambers, City Hall, 1st Floor. All prospective Offerors are encouraged to attend the pre-proposal conference. Offeror’s are asked to submit written statements of technical qualifications and describe in detail their work plan for completing the work specified in the Request for Proposal. No cost proposal or estimate of work hours is to be included in this phase of the RFP process. The City of Fullerton has established July 11, 2013 as the date to conduct interviews. All prospective Offerors will be asked to keep this date available. Certain labor categories under this project are subject to prevailing wages as identified in the State of California Labor Code commencing in Section 1770 et. seq., and subject to all applicable federal requirements regarding prevailing wages as this project is federal funded. It is required that all mechanics and laborers employed or working at the site be paid not less than the basic hourly rates of pay and fringe benefits as shown in the current minimum wage schedules. Offerors must use the current wage schedules applicable at the time the work is in progress. The Offeror will be required to comply with all applicable equal opportunity laws and regulations. The City has established a 7% DBE goal for the services required with this solicitation. References to “contractor” in this solicitation also means “consultant”. The award of these contracts is subject to receipt of federal and/or local funds adequate to carry out the provisions of the proposed agreement including the identified Scope of Work. Donald K. Hoppe Director of Engineering Publish: Fullerton News Tribune May 2, 9, 2013 9621251 Appeared in: Orange County Register on Thursday, 05/02/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130503/BID/0175
Matching Key Words: writ*; copy; technical; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Solicitation Agency/Entity/Buyer/Category Dates Status ROW Ap SOL Solicitation Agency/Entity/Buyer/Category Dates Status ROW Appraisal Services Jessamine Co Item No 7-87.50 RFP : 1300000353 Transportation – Office Of The Secretary Laura Stephens Pro Services Request for Proposals(RFP) Published On : 4/30/13 Amended On : Closing On : 5/7/13 2:00 PM EDT Time Left: 6 Days, 02:32:11 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130502/BID/0008
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – West Louisville Business Development Resource Kit SOL IFB-3056-0-2013/TN West Louisville Business Development Resource Kit For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130502/BID/0408
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2348.0Warren Court Demo and AbatementPlans Available f SOL CCK-1879-13 Project # 2348.0Warren Court Demo and AbatementPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130502/BID/0412
Matching Key Words: age:state!ky; state!ky; 

Georgia – Procurement Registry http://ssl.doas.state.ga.us/PRSapp/index.jsp State Purchasing Office, 200 Piedmont Avenue S.E., Suite 1304, West Tower, Atlanta, GA 30334-9010. Ph: 404-657-6000, Fax: 404-657-8444.

T - VIDEO PRODUCTION SERVICES SOL GWCC042213MM VIDEO PRODUCTION SERVICES For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130501/BID/0286
Matching Key Words: video*; produce*; production?;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of Defense

DOD AWARDED CONTRACTS

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Paragon Systems, Herndon, Va., has been awarded a $42,458,520 firm-fixed-price contract for C2F Security Systems for security services to include perimeter security guards, construction surveillance technicians, security controllers, and alarm monitors.  Work will be performed at Offutt Air Force Base (AFB), Neb., and is expected to be completed November 2020.  The contract has a one year base period with six one-year options and a six month extension period.  Fiscal 2013 funds from operations and maintenance in the amount of $76,500 were obligated at time of award.  Total cumulative face value of the contract is $42,458,520.   The contracting activity is the 55 CONS, Offutt AFB, Neb.  (FA4600-13-C-0005)

Sierra Nevada Corp., Sparks, Nev., has been awarded a $30,700,000 cost-plus-fixed-fee contract for ANASOF Interim Contractor support for fixed-wing aircraft sustainment necessary to perform the maintenance operations and keep the aircraft operational.  Work will be performed at Kabul International Airport, and is expected to be completed by May 10, 2014.  This contract involves Foreign Military Sales.  The contracting activity is 645 AESG/WIJK, Wright-Patterson Air Force Base, Ohio.  (FA8620-13-C-4037)

S&K Aerospace LLC, Saint Ignatius, Mont., has been awarded a $7,568,661 (estimated) modification (P00004) for Foreign Military Sales Royal Saudi Air Force F-15 classified items third party logistics repair & return management services.  The total cumulative face value of the contract is $26,168,661.20 (estimated).  This modification adds six months period of performance to the basic contract.  Work will be performed at the contractor’s facility and multiple certified sources of repair located throughout the continental United States, and is expected to be completed by Nov. 19, 2013. Air Force Life Cycle Management Center/WWKA, Robins Air Force Base, Ga., is the contracting activity.  (FA8505-12-D-0002)

Jacobs Technology Inc., Lincoln, Mass., was awarded a $9,682,777 cost-plus-fixed- fee and cost-reimbursable contract for interim support of services to provide engineering and technology acquisition support services.  The types of services to be acquired under this contract includes but are not limited to:  engineering services, engineering support, technical support, provisioning and logistics, modeling and simulation, configuration and data management, architectural support, test and evaluation, security engineering and certification, capability based planning, commercial-off-the-shelf  integration, integrated master plans and scheduling and technical review assistance to approximately 400 system/program activities..  Work will be performed at Hanscom Air Force Base, Mass., with primary geographically separated units at Wright Patterson AFB, Ohio, Maxwell AFB, Ala., Tinker AFB, Okla., Lackland AFB, Texas, Randolph AFB, Texas, Peterson AFB, Colo., and Offutt AFB, Neb., with an expected completion date of Nov. 19, 2013.  Fiscal 2013 funds from operations and maintenance, research and development, and procurement and foreign military sales accounts in the amount of $4,292,668 are being obligated at time of award.  This contract was a sole source acquisition and the Air Force Life Cycle Management Center/PZM, Hanscom AFB, Mass., is the contracting activity.  Contract has an FMS component as the contract requires company to travel overseas for host nation support.  (FA8721-13-C-0002)

Jacobs Technology Inc., Lincoln, Mass., was awarded a $7,543,139 cost-plus-fixed- fee and cost-reimbursable contract for interim support of services to provide engineering and technology acquisition support services.  The types of services to be acquired under this contract includes but are not limited to:  engineering services, engineering support, technical support, provisioning and logistics, modeling and simulation, configuration and data management, architectural support, test and evaluation, security engineering and certification, capability based planning, commercial-off-the-shelf  integration, integrated master plans and scheduling and technical reviews..  Work will be performed at Hanscom Air Force Base, Mass., with primary geographically separated units at Peterson AFB, Colo.; Langley AFB, Va.; Eglin AFB, Fla.; Maxwell-Gunter AFB, Ala.; and Wright-Patterson AFB, Ohio with an expected completion date of Nov 19, 2013. Fiscal 2013 funds from operations and maintenance, research and development, and procurement accounts in the amount of $5,499,020 are being obligated at time of award.  This contract was a sole source acquisition.  The Air Force Life Cycle Management Center/PZM, Hanscom AFB, Mass., is the contracting activity.  (FA8721-13-C-0008)

DEFENSE LOGISTICS AGENCY

Vision Systems International LLC, Fort Worth, Texas, has been awarded a maximum $31,094,473 firm fixed price, sole source contract.  This contract is a foreignDefense_Logistics_Agency military sales contract for various aircraft spare parts, new aircraft installs, and support equipment.  Locations of performance are Texas, Oregon, and Israel with a January 31, 2015 performance completion date.  Using military services are Navy, Air Force, Iraq, Belgium, Kuwait, Taiwan, and Chile.  Type of appropriation is fiscal year 2014 through fiscal year 2015 Foreign Military Sales, Air Force, and Navy appropriated funds.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga.; SPRWA1-11-D-0007-0005.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., is being awarded a $24,071,521 modification to previously awarded contract (N00024-13-C-5116) to exercise an option for Aegis Combat System Engineering Agent efforts for the design, development, integration, test and delivery of computer program baselines and associated technology insertion hardware design support for the next/future Advanced Capability Build (ACB).  Work will be performed in Moorestown, N.J. (89.8 percent), and Pittsfield, Mass. (10.2 percent), and is expected to be completed by December 2013.  Fiscal 2013 Research, Development, Test & Evaluation funding in the amount of $95,429 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

PrimeTech International*, North Kansas City, Mo., is being awarded a $12,394,971 firm-fixed-price contract for mobile Corrosion Service Teams (CST).  The mobile CSTs will apply approved corrosion inhibiting products on Marine Corps ground combat and support equipment to extend the life cycle of these assets.   This contract contains a one-year base period and a one-year option, with a six month-extension of services which, if exercised, brings the total value of the contract to $15,274,194.  Work will be performed in Camp Lejeune, N.C. (30 percent); Camp Pendleton, Calif. (30 Percent); Marine Forces Reserve units across the continental United States (15 percent); 29 Palms, Calif. (10 percent); Cherry Point, N.C. (five percent); Miramar, Calif. (five percent); Marine Corps Base Hawaii (five percent), and is expected to be completed by May 16, 2014.  If options are exercised, work will continue through November 2015.  Fiscal 2013 Operations & Maintenance funds in the amount of $6,188,049 will be obligated at the time of award.  Contract funds will not expire before the end of the current fiscal year. This contract was a 100% small business set-aside, and competitively procured via Federal Business Opportunities, with three proposals received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-C-9509).

CORRECTION

AIR FORCE

ACENT Laboratories LLC, Long Island, N.Y., FA8650-13-D-2331; Innovative Scientific Solutions, Inc. Dayton, Ohio, FA8650-13-D-2337; Alliant Techsystems356px-Seal_of_the_US_Air_Force.svg Operations, LLC, Elkton, Md., FA8650-13-D-2333; Pratt and Whitney Rocketdyne, Jupiter, Fla., FA8650-13-D-2335; The John Hopkins University, Laurel, Md., FA8650-13-D-2334; and Aerojet, Rancho Cordova, Calif., FA8650-13-D-2332, were awarded a $48,500,000 cost-plus-fixed-fee and firm-fixed-price contract for Enhanced Operability Scramjet Technology.  The first contract (with ACENT Laboratories, LLC) was announced Feb. 15, 2013.  Work will be performed at Manorville, N.Y.; Sacramento, Calif.; Elkton, Md.; Laurel, Md.; West Palm Beach, Fla. and Dayton, Ohio, and is expected to be completed by April 2020.  The award is the result of a competitive acquisition and 54 offers were received.  Fiscal 2012 research and development contract funds totaling $246,360.00 was obligated at the time of award.  Contracting activity is Air Force Research Laboratory, High Speed Contracting, Wright-Patterson Air Force Base, Ohio.

600px-US-DeptOfNavy-Seal.svgNAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $40,013,000 modification to the previously awarded advance acquisition contract (N00019-12-C-2001) to procure additional long-lead components associated with the manufacture and delivery of 19 Lot 18 MV-22 tiltrotor aircraft.  Work will be performed in Fort Worth, Texas (24.6 percent); Ridley Park, Pa. (19.2 percent), Amarillo, Texas (10.4 percent), Dallas, Texas (4.3 percent); East Aurora, N.Y. (2.5 percent); Park City, Utah (1.7 percent); El Segundo, Calif. (1.3 percent); Endicott, N.Y. (1.0 percent); Ontario, Canada (0.9 percent); Tempe, Ariz. (.8 percent); Rome, N.Y. (0.7 percent); Torrance, Calif. (0.7 percent); Luton, United Kingdom (0.6 percent); Clifton, N.J. (0.6 percent); Salisbury, Md. (0.6 percent); Los Angeles, Calif. (0.6 percent); Cobham, United Kingdom (0.6 percent); Irvine, Calif. (0.6 percent); San Diego, Calif. (0.5 percent); Yakima, Wash. (0.5 percent); Brea, Calif. (0.5 percent); Rockmart, Ga. (0.5 percent); McKinney, Texas (0.4 percent); Albuquerque, N.M. (0.4 percent); Whitehall, Mich. (0.4 percent); Wolverhampton, United Kingdom (0.4 percent); Tucson, Ariz. (0.4 percent); Erie, Pa. (0.3 percent); Vergennes, Vt. (0.3 percent); Kilgore, Texas (0.3 percent); Shelby, N.C. (0.3 percent); Avon, Ohio (0.2 percent); Santa Clarita, Calif. (0.2 percent); Garden City, N.Y. (0.2 percent); El Cajon, Calif. (0.2 percent); Corinth, Texas (0.2 percent); Sylmar, Calif. (0.2 percent); Westbury, N.Y. (0.1 percent); and other locations (21.8 percent).  Work is expected to be completed in September 2016.  Fiscal 2013 Aircraft Procurement, Navy contract funds in the amount of $40,013,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Huntington Ingalls Industries, Huntington Ingalls Inc., Pascagoula, Miss., is being awarded an $8,964,961 modification to previously awarded contract (N00024-12-C-2312) to exercise options for DDG 51 class follow yard services.  The follow yard services provides necessary engineering, technical, material procurement and production support; configuration; class flight upgrades and new technology support; data and logistics management; lessons learned analysis; acceptance trials; post-delivery test and trials; post-shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51 class ship construction and test and trials.  Work will be performed in Pascagoula, Miss. (97 percent), and Washington, D.C. (3 percent), and is expected to be completed by May 2014.  Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $8,964,961 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Electric Co., Lynn, Mass., is being awarded a $7,580,113 firm-fixed-price delivery order against a previously issued basic ordering agreement (N00019-10-G-0007) for the procurement of critical hard tooling required to support the manufacturer of the GE38-1B engines for incorporation in the 53K System Demonstration Test Articles Aircraft.  Work will be performed in Lynn, Mass. (20 percent); Morristown, Tenn. (20 percent); Groton, Conn. (20 percent); Hooksett, N.H. (10 percent); Fort Wayne, Ind. (10 percent); North Clarendon, Vt. (10 percent); and Albany, Ore. (10 percent); and is expected to be completed in November 2014.  Fiscal 2013 Research, Development, Test & Evaluation contract funds in the amount of $7,580,113 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOSTICS AGENCY

Phillystran Inc., Montgomeryville, Pa., has been awarded a maximum $21,258,655 fixed-price with economic-price-adjustment contract.  This contract is for aramidDefense_Logistics_Agency rope.  Location of performance is Pennsylvania with a May 16, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EE-13-D-0001).

Whitehill Manufacturing Corp.*, Chester, Pa., has been awarded a maximum $6,741,345 fixed-price with economic-price-adjustment contract.  This contract is for aramid rope.  Location of performance is Pennsylvania with a May 16, 2018 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EE-13-D-0002).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Jacobs Technology Inc., Lincoln, Mass., was awarded an $8,527,294 cost-plus-fixed-fee and cost-reimbursable contract for interim support of services to provide engineering and technology acquisition support services.  The types of services to be acquired under this contract includes but are not limited to:  engineering services, engineering support, technical support, provisioning and logistics, modeling and simulation, configuration and data management, architectural support, test and evaluation, security engineering and certification, capability based planning, commercial-off-the-shelf integration, integrated master plans and scheduling and technical reviews.  Work will be performed at Hanscom Air Force Base (AFB), Mass., with primary geographically separated units at Peterson AFB, Colo.; Langley AFB, Va.; Eglin AFB, Fla.; Maxwell-Gunter AFB, Ala.; and Wright-Patterson AFB, Ohio, with an expected completion date of Nov 15, 2013.  Fiscal 2013 operations and maintenance, research and development and procurement funds in the amount of $5,480,652 are being obligated at time of award.  This contract was a sole source acquisition and the Air Force Life Cycle Management Center/PZM is the contracting activity.  Contract has an FMS component as the contract requires company to travel overseas for host nation support. (FA8721-13-C-0009)

Total Quality Systems, Roy, Utah, has been awarded a $7,055,753 firm-fixed-price contract for Small Business Innovative Research Phase III Intermittent Fault Detection and Isolation System which will provide services in support of the development and delivery of an 8448 channel intermittent fault detection and isolation system and an F-16 AN/APG-68 radar system programmable signal processor test program set, including the required interface test adapter.  Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Nov. 16, 2014.  This award is the result of a sole source acquisition.  Fiscal 2013 Working Capital funds contract funds in the full amount will be obligated at the time of award.  The contracting activity is Air Force Sustainment Center/PZIEA, Hill AFB, Utah.  (FA8222-13-C-0003)

CORRECTION

NAVY

No. 331-13, May 14, 2013:  QED Systems Inc.*, Virginia Beach, Va., contract for $23,836,074 (N40027-13-D-0001) should have read — to provide collection, holding600px-US-DeptOfNavy-Seal.svg and transfer system chemical cleaning for Southeast Regional Maintenance Center.  Collection, holding and transfer system chemical cleaning will be performed on the surface combatants homeported or visiting Naval Station Mayport, Fla.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Graybar Electric Company Inc., St. Louis, Mo., has been awarded a maximum $426,880,788 modification exercising the eighth option year of a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract is for maintenance, repair and operations supplies.  Location of performance is Missouri with a May 18, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM500-04-D-BP07)

Science Application International Corp., Fairfield, N.J., has been awarded a maximum $380,962,639 modification exercising the eighth option year of a firm-fixed price, indefinite-delivery/indefinite-quantity contract.  This contract is for maintenance, repair and operations supplies.  Location of performance is New Jersey with a May 18, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM500-04-D-BP08)

Harris Manufacturing Company Inc.*, Trenton, N.J., has been awarded a maximum $14,966,360 modification exercising option year one of a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  This contract is for life rafts.  Locations of performance are New Jersey and Delaware with a June 28, 2014, completion date.  Using military services are Navy, Air Force.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM8EJ-11-D-0502)

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pa., is being awarded a $296,442,784 cost-plus-fixed-fee modification to previously awarded contract (N00024-13-C-600px-US-DeptOfNavy-Seal.svg2121) for Naval Nuclear Propulsion Components.  Work will be performed in Monroeville, Pa. (71.59 percent) and Schenectady, N.Y. (28.41 percent).  Fiscal 2013 Shipbuilding and Conversion, Navy contract funds will not expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Md., is being awarded a $37,760,767 modification to a previously awarded cost-plus-fixed-fee contract (N00421-09-C-0102) to exercise an option for engineering and technical services and supplies for the design, development, integration, test and evaluation, maintenance and logistics support of communication-electronic platform, equipment, systems and subsystems in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Requirements Division.  Work will be performed in St. Inigoes, Md. (40 percent); Chesapeake, Va. (39 percent); Spring Lake, N.C. (14 percent); San Diego, Calif. (3 percent); Tampa, Fla. (2 percent); Washington, D.C. (1 percent); Fort Campbell, Ky. (.5 percent); and Fort Carson, Colo. (.5 percent), and is expected to be completed in May 2014.  Navy Working Capital funds in the amount of $3,000,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, St. Inigoes, Md., is the contracting activity.

Turbopower LLC, Miami Lakes, Fla. (N00019-09-D-0012); Rolls-Royce Engine Services, Oakland, Calif. (N00019-09-D-0013); and StandardAero (San Antonio) Inc., San Antonio, Texas (N00019-09-D-0014), are each being awarded modifications to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to exercise options for depot-level repair of the T56 Series III engine.  Depot-level repair of the T56 Series III engine modules is required to support fielded P-3 and derivative aircraft, as well as T56 powered C-130 and C-2 aircraft.  The estimated value of the individual modifications are $39,202,553 for Turbopower LLC, $33,213,697 for Rolls-Royce Engine Services; and $39,028,623 for StandardAero Inc.  The companies will have the opportunity to compete for associated task orders.  The places of performance are Miami Lakes, Fla., for Turbopower LLC; Oakland, Calif., for Rolls-Royce Engine Services; and San Antonio, Texas, for StandardAero Inc.  Efforts under these options are expected to be completed in February 2014.  No funds are being obligated at time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

720px-US-TRICARE-Logo.svgTRICARE MANAGEMENT ACTIVITY

Optum Health Care Solutions Inc., Golden Valley, Minn., was awarded a $23,034,076 firm-fixed-price contract to provide telehealth support to the Department of Defense TRICARE program.  The 12 month base year will begin with a three-month start-up period.  The contractor will assist the Military Health System in operating a nationwide nurse advice line to provide 24/7 telehealth triage and administrative support services for all TRICARE beneficiaries located in the United States.  The work to be performed includes telehealth nurse triage, advice for self-care and for pursuing health care services, appointing at Military Treatment Facilities, provider locator assistance and customer service while providing beneficiary satisfaction at the highest level possible through the delivery of world-class health care.  Fiscal 2013 Operational and Maintenance funding in the amount of $23,034,076 is being obligated at time of award. This contract was competitively procured with six initial offers received.  TRICARE Management Activity, Falls Church, Va., is the contracting activity (HT0011-13-C-0001).

AIR FORCE

Jacobs Technology Inc., Lincoln, Mass., was awarded a $14,448,258 cost-plus-fixed -fee and cost-reimbursable contract for interim support of services to provide356px-Seal_of_the_US_Air_Force.svg engineering and technology acquisition support services.  The types of services to be acquired under this contract includes but are not limited to:  engineering services, engineering support, technical support, provisioning and logistics, modeling and simulation, configuration and data management, architectural support, test and evaluation, security engineering and certification, capability based planning, commercial-off-the-shelf (COTS) integration, integrated master plans and scheduling and technical reviews.  Work will be performed at Hanscom Air Force Base (AFB), Mass., with primary geographically separated units (GSUs) at Peterson AFB, Colo.; Langley AFB, Va.; Eglin AFB, Fla.; Maxwell-Gunter AFB, Ala.; and Wright-Patterson AFB, Ohio, with an expected completion date of Nov 14, 2013.  Fiscal year 2013 operations and maintenance funds and fiscal 2012 and 2013 research and development and procurement funds in the amount of $11,468,879 are being obligated at time of award.  This contract was a sole source acquisition and the Air Force Life Cycle Management Center/PZM is the contracting activity.  Contract has an FMS component as the contract requires company to travel overseas for host nation support.  (FA8721-13-C-0006)

BAE Systems Information and Electronic Systems, Merrimack, N.H., was awarded a $11,943,869 modification (P00011) to a previously awarded contract (FA8750-11-C-0189) for smart waveforms using evasive and adaptive protocols (SWEAP) software/hardware/testbed to demonstrate to demonstrate CommEx’s capabilities for recognition, optimization, and mitigation in software-only upgrades using the current processing resources, software upgrades on enhanced processing resources, hardware and antenna upgrades.  The total cumulative face value of the contract is $18,245,337.  Fiscal 2013 Research and Development funds provided by Defense Advanced Research Projects Agency in the amount of $4,590,234 will be obligated at the time of award.  Work will be performed at Merrimack, N.H., and is expected to be completed by Feb. 28, 2015.  The contracting activity is Air Force Research Laboratory/RIKF, Rome, N.Y.

Department of the ArmyARMY

C.F. Bean LLC, Belle Chase, La., (W912EP-13-D-0023); Cavache Inc., Pompano Beach, Fla., (W912EP-13-D-0024); Matthews Marine Inc., Pass Christian, Miss., (W912EP-13-D-0025); and Inland Dredging Company LLC, Dyersburg, Tenn., (W912EP-13-D-0026); were awarded a firm-fixed-price, multiple-award-task-order contract with a maximum value of $500,000,000 for maintenance dredging services within the boundaries of the Army Corps of Engineer’s South-Atlantic Division.  Specific performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 10 bids received.  The Army Corps of Engineers, Jacksonville, Fla., is the contracting activity.

DynPort Vaccine Company LLC, Frederick, Md., was awarded a cost-plus-fixed-fee contract with a maximum value of $157,324,041 for the development of a prophylactic and medical countermeasure to prevent the effects of organophosphorus nerve agents.  Work will be performed in Frederick and Mount Airy, Md.; Columbus, Ohio; Flemington, N.J.; Richmond, Va.; St. Paul, Minn.; and Canada.  Fiscal 2013 research, development, testing and evaluation funds in the amount of $14,970,000 are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Natick, Mass., is the contracting activity (W911QY-13-C-0056).

Bell Helicopter Textron Inc., Hurst, Texas, was awarded a cost-plus-fixed-fee, foreign military sales (FMS) contract with a maximum value of $85,400,000 for engineering and technical support services.  This FMS contract is in support of Iraq and Taiwan.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-D-0131).

FLIR Systems Inc., Wilsonville, Ore., was awarded a firm-fixed-price contract with a maximum value of $82,434,800 for the procurement of the Talon Forward Looking Infrared System.  Fiscal 2013 procurement funds in the amount of $288,000 are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-A-0001).

Boeing, Mesa, Ariz., was awarded an $18,342,000 modification (P00005), to a previously awarded firm-fixed-price contract (W58RGZ-12-C-0055), for the procurement of long lead material for the Apache helicopter.  The cumulative total face value of this contract is $218,567,308.  Fiscal 2012 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Shaw Environmental Inc., New York, N.Y., was awarded a $10,000,000 modification (P00017), to a previously awarded cost-plus-fixed-fee contract (DACW41-99-D-9001), for remediation and excavation services in support of the Maywood Superfund Site.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Kansas City, Mo., is the contracting activity.

4H Construction Corp., Cleveland, Miss., was awarded a firm-fixed-price contract with a maximum value of $7,309,050 for dredging services along the McClellan-Kerr Arkansas River Navigation System.  Specific performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, Little Rock, Ark., is the contracting activity (W9127S-13-D-0004).

NAVY

Delphinus Engineering Inc., Eddystone, Pa., (N65540-13-D-0006); Q.E.D. Systems Inc., Virginia Beach, Va., (N65540-13-D-0009); George G. Sharp Inc., Virginia Beach, Va., (N65540-13-D-0007); and TECNICO Corp., Chesapeake, Va., (N65540-13-D-0008) are each being awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contracts, with an estimated ceiling of $436,579,318 for Delphinus Engineering, an estimated ceiling of $462,189,589 for Q.E.D. Systems, an estimated ceiling of $467,339,572 for George G. Sharp, and an estimated ceiling of $504,439,878 for TECNICO Corp., for services to support habitability systems on all types of military vessels600px-US-DeptOfNavy-Seal.svg and small crafts, both aboard the vessel and at land-based facilities located at government activities.  Work is expected to be completed at East Coast Navy facilities (Norfolk, Va.; Little Creek, Va.; Newport News, Va.; Mayport, Fla.; and Groton, Conn.) (50 percent), and West Coast Navy facilities (San Diego, Calif.; and Bremerton, Wash.) (50 percent), and is expected to complete by May 2018.  Fiscal 2013 Shipbuilding and Conversion, Navy and Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $400,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured through the Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received.  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity.

The Boeing Co., Seattle, Wash., is being awarded a $27,500,000 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) for additional integrated logistics services in support of the low rate initial production of the P-8A Multi-Mission Maritime aircraft.  Work will be performed in Seattle, Wash. (60.80 percent); Linthicum, Md. (14.89 percent); McKinney, Texas (6.44 percent); Valencia, Calif. (4.85 percent); Huntington Beach, Calif. (3.47 percent); Mesa, Ariz. (2.22 percent); Salt Lake City, Utah (1.10 percent); Johnson City, N.Y. (.95 percent); Huntington, N.Y., (.84 percent); Grand Rapids, Mich. (.57 percent); Richmond, Calif. (.50 percent) and various locations throughout the United States (3.37 percent), and is expected to be completed in June 2016.  Fiscal 2012 Aircraft Procurement Navy contract funds in the amount of $27,500,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

QED Systems Inc.*, Virginia Beach, Va., is being awarded a $23,836,074 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide thermal lagging for Southeast Regional Maintenance Center.  Thermal lagging will be performed on the surface combatants homeported or visiting Naval Station Mayport, Fla.  Work will be performed in Mayport, Fla., and is expected to complete by May 2014.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $25,000 will be obligated at time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  Southeast Regional Maintenance Center, Mayport, Fla., is the contracting activity (N40027-13-D-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Polaris Defense, Medina, Minn., has been awarded a maximum $382,500,000 fixed-price with economic-price-adjustment contract.  This contract is for fire and emergency vehicles.  Location of performance is Minnesota with a May 17, 2018, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM8EC-13-D-0016).

Genetech USA, South San Francisco, Calif., has been awarded a maximum $56,961,962 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  This contract is for pharmaceutical products.  Location of performance is California with a May 13, 2014, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2012 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D0-13-D-0005).

General Dynamics, Williston, Vt., has been awarded an estimated maximum $34,139,561 firm-fixed-price contract.  This contract is for Gatling gun barrels.  Locations of performance are Vermont and Maine with a Dec. 31, 2013, performance completion date.  Using military services are Navy and Air Force.  Type of appropriation is fiscal year 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. (SPM7LX-13-D-0048).

Rochester Optical*, Rochester, N.Y., has been awarded a maximum $26,142,516 modification exercising option year three of a fixed-price with economic-price-adjustment contract.  This contract is for various optical frames using the Optical Electronic Catalog Program.  Location of performance is New York with a June 2, 2014, completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriations is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPM2DE-10-D-7545).

AIR FORCE

General Electric Co., Cincinnati, Ohio, has been awarded a $35,601,642 firm-fixed-price, cost-plus-fixed-fee and cost-plus-incentive -fee contract for support and sustainment of the U-2 F118-GA-101/101A engines including contractor field services support, in-plant technical services, maintenance support (multiple locations),356px-Seal_of_the_US_Air_Force.svg specialized repair activities, technical data, reports, integrated logistics support, and reimbursement for contractor furnished fuel.  Work will be performed at Cincinnati, Ohio, Kelly Air Force Base, Texas and Edwards Air Force Base, Calif., and is expected to be completed by Sept. 30, 2015.  Fiscal 2012 Operations and Maintenance contract funds in the amount of $1,986,846 will be obligated at the time of award.  The contracting activity is Air Force Life Cycle Management Center/WIKBA, Robins Air Force Base, Ga. (FA8528-13-C-0076).

GE Aviation Systems LLC, Sterling, Va., has been awarded an $8,007,010 firm-fixed-price contract for C-130 propellers.  Work will be performed with Dowty Propellers in Gloucester, U.K., and is expected to be completed by Jan. 31, 2014.  Fiscal 2012 aircraft procurement funds are being obligated on this award.  The award is the result of a sole-source acquisition.  The contracting activity is Air Force Life Cycle Management Center/WLKCA, Robins Air Force Base, Ga.  (FA8504-13-C-0003)

Northrup Grumman Systems Corp., Aerospace Systems Sector, San Diego, Calif., is being awarded a maximum ceiling $555,600,000 indefinite-delivery/indefinite-quantity contract for Global Hawk modernization.  The tasks on each delivery or task order will fall into, but are not limited to, the following categories:  management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability & maintainability, and related areas of concern such as technical refresh, diminishing manufacturing sources , etc.; studies and analyses; design, development, integration, test and evaluation; retrofit requirements; and integrated logistics support.  Work will be performed in San Diego, and is expected to be completed by May 14, 2015.  This award is the result of a sole source acquisition.  Type of appropriation is fiscal 2012 and 2013 and obligations will be on subsequent individual task/delivery orders.  The contracting activity is Air Force Life Cycle Management Center/WIGK, Wright-Patterson Air Force Base, Ohio (FA8620-13-D-3014).

600px-US-DeptOfNavy-Seal.svgNAVY

Booz Allen Hamilton, McLean, Va., is being awarded a potential estimated $79,344,625 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support shore networks with sustainment services for the Base Level Information Infrastructure to include project management; engineering, technical and integrated logistics support; configuration management; certification and accreditation; and enterprise applications.  This is a multiple award and one of three contracts awarded (Science Applications International Corp., N66001-13-D-0030; Engility Corp., N66001-13-D-0031): all three awardees will compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed May 12, 2016.  Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy funds will be obligated against individual task orders as they are issued, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0029).

Science Applications International Corp., San Diego, Calif., is being awarded a potential estimated $73,228,573 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support shore networks with sustainment services for the Base Level Information Infrastructure to include project management; engineering, technical, and integrated logistics support; configuration management; certification and accreditation; and enterprise applications. This is a multiple award and one of three contracts awarded (Booz Allen Hamilton, N66001-13-D-0029; Engility Corp., N66001-13-D-0031): all three awardees will compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed May 12, 2016.  Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy funds will be obligated against individual task orders as they are issued, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0030).

Engility Corp., Mt. Laurel, N.J., is being awarded a potential estimated $67,773,004 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract to support shore networks with sustainment services for the Base Level Information Infrastructure to include project management; engineering, technical, and integrated logistics support; configuration management; certification and accreditation; and enterprise applications.  This is a multiple award and one of three contracts awarded (Booz Allen Hamilton, N66001-13-D-0029; Science Applications International Corp., N66001-13-D-0030): all three awardees will compete for task orders during the ordering period.  Work will be performed in San Diego, Calif., and work is expected to be completed May 12, 2016.  Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy funds will be obligated against individual task orders as they are issued, and will not expire at the end of the current fiscal year.  This contract was competitively procured via full and open solicitation via publication on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with four proposals received and three selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-D-0031).

AAI Corp., Hunt Valley, Md., is being awarded a $19,576,370 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0001) for universal test set development, production and spare parts. Work will be performed in Austin, Texas (85 percent) and Hunt Valley, Md. (15 percent), and is expected to be completed by September 2013.  Funding in the amount of $3,500,155 will be obligated at time of award.  Contract funds in the amount of $3,500,155 will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Md., is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $9,175,668 modification to a previously awarded firm-fixed-priced contract (N00019-09-C-0069) to exercise an option for the procurement of AN/ARC-210(V) electronic radios and ancillary equipment for a variety of aircraft.  Equipment being procured includes 40 C-12561A/ARC control radio sets; 80 MT-6567/ARC mounting bases; 40 MT-7006 ARC amplifier mounts; 40 AM-7526/ARC high power amplifiers; 40 MX-11745/ARC low noise amplifier (LNA) diplexers with high power radio frequency switches; 4 C-12561A reprogramming kits with universal serial bus (USB) port connectors; and 80 RT-1990(C)/ARC receiver-transmitter.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in July 2014.  Contract funds in the amount of $9,175,668 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

R.A. Burch Construction Company Inc., Ramona, Calif., is being awarded a $9,008,513 modification to increase the maximum dollar value of task order 0002 under a firm-fixed-price contract (N62473-10-D-5410) for the design, purchase, and installation of a telecommunication switch and all associated apparatus for the Station Communication Center at Marine Corps Air Ground Combat Center, Twentynine Palms.  After award of this modification, the total cumulative task order value will be $35,216,183.  Work will be performed in Twentynine Palms, Calif., and is expected to be completed by May 2014.  Contract funds in the amount of $9,008,513 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Gnostech Inc., Warminster, Pa., is being awarded a $7,675,990 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide engineering, analysis and design efforts in support of the utilization and enhancement of Space and Naval Warfare Systems Center Pacific’s Global Positioning and Navigation Systems Division facilities.  This three-year contract includes two, one-year options which, if exercised, would bring the total cumulative value of this contract to $12,968,360.  Work will be performed in San Diego (40 percent), Los Angeles (5 percent), and at the contractor’s facility in Warminster (55 percent).  The period of performance of the base award is from May 2, 2013 to May 1, 2016.  Contract funds will not expire at the end of the current fiscal year.  Research, development, test and evaluation funds are obligated as required in fiscal 2013, 2014 and 2015. This contract was competitively procured via publication on the Federal Business Opportunities web site and posting to the SPAWAR e-Commerce Central web site. One offer was received.  The Space and Naval Warfare Systems Center San Diego is the contracting activity (N66001-13-D-0016).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The University of North Carolina at Chapel Hill, Chapel Hill, N.C. is being awarded an $18,242,644 modification to a cooperative agreement (HR0011-12-2-0001).800px-DARPA_Logo  The performer will provide a reconfigurable multi-element diagnostics platform.  The fully integrated point of care (POC) platform will use highly multiplexed analysis of protein and nucleic acid biomarkers for the diagnosis of a selection of diseases relevant to the warfighter, as outlined by the Military Infectious Disease Research Program prioritized list of diseases and relevant to civilian POC diagnostics.  Work will be performed in Chapel Hill, N.C. (55 percent); Medford, Mass. (23 percent); Austin, Texas (2 percent); Cambridge, Mass. (17 percent) and Boulder, Colo. (3 percent).  The estimated completion date is November, 2016.  The contracting activity is the Defense Advanced Research Projects Agency, Arlington, Va.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Burlington Apparel Fabrics, Division of Burlington Industries LLC., Greensboro, N.C., has been awarded a maximum $19,200,000 fixed-price with economic-price-adjustment contract.  This contract is for Army, poly/wool, cloth serge.  Location of performance is North Carolina with an Oct. 31, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1052).

Burlington Apparel Fabrics, Division of Burlington Industries LLC., Greensboro, N.C., has been awarded a maximum $13,423,200 fixed-price with economic-price-adjustment-contract.  This contract is for Army, poly/wool, cloth serge.  Location of performance is North Carolina with an Oct. 31, 2014 performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1051).

A.T. Siravo Co.*, Cranston, R.I., has been awarded a maximum $11,784,897 fixed-price with economic-price-adjustment, indefinite-quantity contract.  This contract is for full line fresh fruit and vegetable support for customers in New England zone.  Location of performance is Rhode Island with a May 12, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and U.S. Department of Agriculture school customers.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., SPM300-13-D-P200.

AIR FORCE

CORRECTION

Contract awarded May 8, 2013, to Wyle Laboratories…and National Technologies Associations Inc., is being awarded $22,243,875.  If options are exercised, the356px-Seal_of_the_US_Air_Force.svg total aggregate value will be $59,038,129.  Work will be performed in Washington, D.C., and is expected to be completed by April 31, 2016…work will continue through April 2019.

Should have read:  Contract awarded May 8, 2013, to Wyle Laboratories...and National Technologies Associations Inc., is being awarded $21,591,534.  If options are exercised, the total aggregate value will be $43,835,409.  Work will be performed in Washington, D.C., and is expected to be completed by May 7, 2016…work will continue through May 7, 2019.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Office Building 1500 Code 530 Portsmouth, VA

R–Marine Design and Engineering Support services: naval architecture, structural, mechanical, electrical and electronic areas as necessary for the600px-US-DeptOfNavy-Seal.svg Norfolk Naval Shipyard. N0018913RN015 David Felling 757-396-9692 Valerie Moore 757-396-9829 The subject requirement is in support of the Norfolk Naval Shipyard’s Engineering and Planning Department, Expanded Division, Code 280. The Norfolk Naval Shipyard (NNSY) is designated as the Navy’s Hull Planning Yard (HPY) for all of the fleet’s CVN-68 Class Nuclear Aircraft Carriers, East Coast Conventional Aircraft Carriers, Helicopter Landing and “Jump Jet” Amphibious Assault Craft (LHAs), Dock Landing and “Jump Jet” Amphibious Assault Craft (LHDs), Tenders (ASs, ADs) and Floating Dry-docks.
The requirements are to provide marine design and engineering services for the Norfolk Naval Shipyard. Under the Ship Alt Installation Effort, the contractor shall perform tasks as follows: ship checks, static and dynamic calculations, engineering effort to design and develop Ships Installation Drawings (SIDs), onsite Engineering functions, combat system support, the update and correction of selected record drawings, perform calculations and design analysis, drawing schedules, ship check reports, logistics support and weight and moment data and other technical data and specifications necessary to accomplish a full range of alterations, repairs and improvements to naval and technical service when ordered by written task orders for ships, crafts and submarines.
These efforts shall include full interdisciplinary participation in naval architecture, structural, mechanical, electrical and electronic areas as necessary to provide a complete, integrated product.
Performance is primarily expected to be in Portsmouth, VA.
It is desirable for Contractors to have a facility within one hour land commuting distance from Norfolk Naval Shipyard, Portsmouth, VA. When the contractor is specifically directed on an individual delivery order, some work under this contract may be required to be performed at a facility other than the contractor’s local facility. To meet this requirement it would be beneficial to the Government for the contractor to have remote offices in or near Jacksonville, Florida, San Diego, CA, and Bremerton, WA.
This acquisition will result in Cost-Plus Fixed-Fee Indefinite Delivery, Indefinite Quantity, Multiple Award Contracts, requiring the issuance of individual task orders against it. The period of performance for this acquisition is anticipated to begin on February 01, 2014 and continue through January 31, 2019.
The total anticipated contract period of performance is five years.
The acquisition will be solicited as a Partial Small Business Set-aside on a competitive basis using FAR part 15. The NAICS Code is 541330 – $35.5M and the FSC/SVC is C216 Architect & Engineering Services – Marine Engineering. Offers will be evaluated on the basis of best value to the Government. The evaluation factors are: Past Performance, Technical and Cost/Price. The anticipated technical evaluation sub-factors are:Technical Approach and Management Plan. The Small Business Subcontracting Plan has a required goal of 23% for Small Businesses. The total estimated labor hours are 294,480 per year, or 1,472,400 hours over five years.

This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. The anticipated posting date of the solicitation is on or about 29 May 2013 with a closing on 10 July 2013. Complete proposal submittal requirements, total estimated labor hours, and performance work statement to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offerors to access the posted documents. Prospective offerors should register themselves on the NECO website.
Prospective offerors should also register at FEDBIZOPPS on the interested vendor list. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by Fleet Logistics Center Norfolk (FLCN.) Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. All questions regarding this solicitation shall be submitted in writing to the Contract Specialist, David Felling, Code 530, fax: 757-396-9895, or email: david.felling@navy.mil.
Set-Aside: Partial Small Business URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913RN015/listing.html
OutreachSystems Article Number: 130521/PROCURE/0050
Matching Key Words: writ*; copy; technical; 


600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815 170 South Independence Mall West Philadelphia PA 19106-3315

R — Physician Services and NP/PA for Job Corps Center PPA052013 060413 Kimberly M Castle, Buyer, Phone 6064332258, Email castle.kimberly@jobcorps.org THIS IS A SUBCONTRACING OPPORTUNITY
The Carl D. Perkins Job Corps, operated by Horizons Youth Services for the Department of Labor, is seeking a qualified Physician and Nurse Practitioner/Physicians Assistant.   The requirement for the physician will consist of 5 hours per week/48 weeks per year.   The subcontract agreement/scope of work is attached.

The NP/PA must have a collaborative agreement with the Physician.   The requirement for the NP/PA will consist of 5 hours per week/48 weeks per year.   The subcontract agreement/scope of work is attached.

Deadlines for the bids will be June 4, 2013, 4:00 EST.   If you have any questions, please feel free to contact me via e-mail Castle.Kimberly@jobcorps.org.

Place of Performance: Carl D. Perkins Job Corps Center 478 Meadows Branch Road Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/PPA052013/listing.html
OutreachSystems Article Number: 130521/PROCURE/0053
Matching Key Words: state!ky; 


Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–The National Guard Bureau Contracting Officer intents to hold Industry day May 23, 2013 from 1300-1600 at 111 S. George Mason Drive, Arlington, VA. in MPRs600px-National_Guard_Logo.svg A/B. Please note there is no parking available at this location.
W9133L-13-R-0019 053013 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130521/PROCURE/0479
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov
****************The amendment date for the questions and answers portion has been changed. It will be posted on fbo.gov website on or before May 22, 2013.**********************

AMENDMENT STARTS

Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.

AMENDMENT FINISH.

The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than  June 3,  2013 at 3pm EST.

PLEASE SEE ATTACHED FOR THE SOLICITATION ONLY IN THIS ANNOUNCEMENT.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 22th, 2013.

I will not be accepting anymore Past Performance Questionnaires.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130521/PROCURE/0482
Matching Key Words: writ*; technical; standard; 

Agency for International Development, Overseas Missions, Liberia USAID-Monrovia, USAID/Monrovia Department of State Washington DC 20521

R — Education Specialist VA-669-13-000007 052313 Sylvester s. Browne, Human Resource Specialist, Phone 23177766402, Email sbrowne@usaid.gov – Joseph720px-USAID-Identity.svg Bundor, Procurement Specialist, Phone 23177845523, Email jbundor@usaid.gov The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified individuals for the position of Education Specialist for its Mission in Liberia.
VACANCY #: VA-669-13-000007
OPEN TO: ALL INTERESTED QUALIFIED LIBERIAN CITIZENS
Current USAID/Liberia employees serving a probationary period are not eligible to apply.
POSITION: Education Specialist
OPENIING DATE: Wednesday, May 9, 2013
CLOSING DATE: Wednesday, May 23, 2013
SALARY: Ranging from US$19,443 – US$33,660 p.a. depending on experience, qualifications and salary history
WORK HOURS:Full-time: 40 hours/week

KEY RESPONSIBILITIES
The Education Specialist serves as a key member of the USAID/Liberia Education Team, supporting the Team’s efforts to achieve fundamental improvements in the education sector that lay the foundation for long-term, sustainable development.
A. Activity Manager and/or Agreement Officer’s Representative (AOR) for the Liberia Teacher Training Program (50%)
Serve as Activity Manager, and after adequate experience is gained and certification is achieved and authority is delegated, as AOR for the Liberia Teacher Training Program (LTTP) II cooperative agreement. LTTP II focuses on: strengthening the capacity of the Ministry of Education at the central and decentralized levels to plan and deliver quality education services; increasing teacher effectiveness; improving classroom learning environments; fostering effective early grade reading and math skills; extending access to women and girls; and expanding parents, communities and stakeholders’ participation in student learning; developing and strengthening the academic programs at Rural Teacher Training Institutes and the University of Liberia; and improving the qualifications of faculty through staff development.
B. Activity Manager or Agreement/Contracting Officer’s Representative (A/COR) for Washington-funded activities and/or other activities as assigned (15%)
In this capacity, the Education Specialist provides inputs and guidance in the design, implementation, monitoring, and evaluation of activities in education; prepares scopes or work/program descriptions; participates intechnical evaluation committees for the evaluation of proposals/applications, after award participates in project management including preparing and reviewing implementation documentation; compiles, analyzes, and prepares periodic reports on program activities; reviews work plans and implementation of plans; ensures contractors and grantees perform necessary requirements as outlined in their awards; remains in constant communication with implementing partners including frequent, regularly-scheduled meetings and frequent site visits; identifies problem areas and proposes solutions or recommendations to achieve expected results.
C. Complete and maintain program/project administrative and organizational procedures (25%)
The Education Specialist is responsible for collaborating with Education Team members on preparing program/project documents including concept papers, approval/concurrence documents, scopes of work, program descriptions, implementation letters, action memoranda, waivers, environment reviews, financial documents and briefing reports; drafting responses to unsolicited proposals/applications and requests for information; providing input for planning and performance reports including the Operational Plan, Performance Plan and Report, the Mission Resource Request or other documents, and Mission portfolio reviews; preparing briefing reports, memoranda, speeches and/or talking points, press releases, sector profiles, project fact sheets, success stories and other essential communication as required, for USAID/Liberia, USAID/Washington, U.S. Embassy and others.
D. Provide technical advice and promote communication on issues related to education practice (10%)
The Education Specialist provides leadership in education for the USAID/Liberia program in teacher training and other related education development areas by introducing, promoting, and ensuring effective implementation of innovative and effective education strategies; provides the Mission sound and appropriate guidance for project development and implementation methodology; reviews and provides input into USAID/Liberia’s review of documentation submitted to USAID/Washington, such as strategic plans, annual reports, and education sector or activity-related documents; serves as a liaison and promotes joint programming, linkages and cross-sector synergies; represents the Team Leader when requested, at meetings with Ministry of Education and with other donors and non-governmental organizations to ensure harmonization of USAID/Liberia activities.

The incumbent will also perform other duties as assigned and/or required.

REQUIRED QUALIFICATIONS
Education: The position requires a bachelor’s degree in Education or other relevant social science field; master’s degree or Ph.D. preferred. Demonstrated mastery in educational development and/or development project management may be accepted in lieu of the bachelor degree.
Prior Work Experience: Five to seven (5-7) years of progressively responsible experience in project management is required, preferably in international development and in one or a combination of the following areas: teacher training, teacher/educator professional development, education administration, curriculum and instruction, education policy and planning, systems strengthening, information communications technology, monitoring and evaluation. Candidates who possess the requisite project management experience in a closely related field and demonstrated interest in and capacity to acquire the requisite skills in the field of education may be considered.
Language Proficiency: Strong written and oral proficiency in English is required (Level IV-Fluency or V-Native speaker). The incumbent must have fluent listening comprehension, speaking, reading, writing skills and the ability to communicate quickly, clearly, concisely, and persuasively-both orally and in writing. Demonstrated ability to write technical, conceptual, logically structured, complex documents, reports, presentations and other communications. Note: Shortlisted candidates’ oral English skills will be evaluated during the interview, and English writing skills will be evaluated using a written exercise.
Knowledge: Broad knowledge of the theories, concepts and principles of international development approaches. Knowledge in the area of monitoring and evaluation and human and institutional capacity building. Knowledge of practices employed in modern educational systems; knowledge of educational development in areas such as teacher training, curriculum and materials development, primary/secondary education, testing and assessment, education technology, educational administration, and capacity building; advanced knowledge of project/program management, performance monitoring and evaluation. Knowledge of other key challenges, opportunities and development frameworks in the Liberian education and other human development sectors.
Skills and Abilities: Ability to identify, assess, and resolve impediments to project implementation; ability to obtain, organize and analyze education statistics and indicators and present information in concise reports; ability to analyze data for project planning and management; strong technical and interpersonal communication skills to develop and maintain collaborative working relationships with staff within USAID, the Ministry of Education, Liberian and U.S. Universities, principals and teachers, as well as students and diverse members of civil society. The Education Specialist is expected to bring advanced writing skills, proficiency in word processing and the ability to use related computer packages or programs (i.e., Outlook, Google, Internet, Word, PowerPoint, Excel, etc.) for internal and external communication and to track and present quality data.

SELECTION PROCESS & HOW TO APPLY
After initial screening of applications, only short-listed applicants will be contacted and invited for an interview and a written exercise. Applicants selected for interview will also be evaluated on their reference checks.
*** Candidates who submitted an application in April 2013 and who would still like to be considered for this position should confirm with Monrovia-hr@usaid.gov that USAID still has your application OR resubmit.
Complete applications shall be submitted no later than the closing date specified, and shall include the following:
1. A clearly typed application cover letter briefly summarizing why you believe you are qualified for this position.
2. Resume or CV
3. The names/contact details of three references that can attest to your professional qualifications and experience.
4. Documentation (e.g. copies of certificates or degrees) that address the minimum requirements of the position.
Please submit applications to:
Education Specialist, USAID/Liberia, C/O American Embassy, Gate 3, Mamba Point, Monrovia
or by e-mail to: Monrovia-hr@usaid.gov
To request a full copy of this vacancy announcement, please contact Monrovia-hr@usaid.gov.

Place of Performance: US Embassy, 502 Benson Street, Mamba Point Monrovia LR URL: https://www.fbo.gov/spg/AID/OM/LIB/VA-669-13-000007/listing.html
OutreachSystems Article Number: 130519/PROCURE/0069
Matching Key Words: writ*; copy; technical; 


600px-US-OfficeOfPersonnelManagement-Seal.svgOffice of Personnel Management, Facilities, Security and Contracting, Contracting, 1900 E Street, N.W., Room 1342 Washington DC 20415-7710

99 — Online Legislative Database, Tracking Tool OPM13-13-Q-0001 052413 Carrie M. Lopez, Contracting Specialist, Phone 2026066027, Email carrie.lopez@opm.gov COMBINED SYNOPSIS/SOLICITATION
Contracting Office Address: The U.S. Office of Personnel Management
1900 E Street, NW Rm. 1342
Washington, D.C. 20415

This is a combined synopsis/solicitation for a commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued.

The Solicitation number is: OPM1313Q0001 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-66 dated April 1, 2013.

The North American Industrial Classification System (NAICS) code is 511120, and the small business size standard is 500 employees. This procurement is approved as an unrestricted procurement action.

The period of performance consists of one (1) base year and two (2) option years beginning June 1, 2013. This service will support the United States Office of Personnel Management (OPM), Congressional and Legislative Affairs (CLA). This requirement will allow web access to the online subscription for up 20 licensed users.

Offerors are invited to submit their quotations to OPM Contracting in response to this notice by 12:00 PM Eastern Standard Time (EST), May 24, 2013. Only e-mailed requests for additional information will only be accepted at Carrie.Lopez@opm.gov through 3:00 PM EST, May 20, 2013. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to Carrie.Lopez@opm.gov.

Vendors not registered in the System for Award Management (SAM) database on May 24, 2013 will not be considered. Vendors may register with SAM by accessing http://www.sam.gov. If an offeror does not meet the requirements of filing a VETS100/100A report, the offeror must provide a screenshot from the USDOL website that VETS100/100A reporting is not required with the offeror’s proposal.

The Office of Personnel Management intends to award one (1) Firm Fixed Price Purchase Order for an online legislative subscription services to the offeror that represents the Best Value to the Government.

All communications shall be directed within the stated deadlines to the attention of:
Name: Carrie M. Lopez
Title: Contract Specialist
Carrie.Lopez@opm.gov

U.S. Office of Personnel Management
1900 E Street NW
Washington, DC 20415

NOTE: COMMUNICATIONS WITH OFFICIALS OTHER THAN THE OPM CONTRACTING OFFICER INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION AND/OR EXCLUSION OF YOUR QUOTATION FROM CONSIDERATION.

(1) Statement of Objectives – Online Legislative database, tracking and analysis tool subscription service.

1. BACKGROUND

The U. S. Office of Personnel Management (OPM), Congressional and Legislative Affairs (CLA) is responsible for identifying, developing, enhancing, and delivering quality HR management solutions specifically related to the “acquiring and sustaining” portion of the HR Lifecycle to include the tools and technologies associated with delivering these solutions. The service offerings included in this solution are: Recruitment and Branding, Staffing/Examining, Testing, and On-boarding among others. HRM has four subordinate organizations: Staff Acquisition, Nationwide Testing (NWT), Automated Systems Management, and HR Tools and Technology.

2. SCOPE

In support of its mission, CLA needs to acquire a contractor to provide an annual online subscription service for legislative database, tracking and analysis services for a period of three (3) years (base year and 2 one-year option periods).

3. SUMMARY OF REQUIREMENTS

The Contractor shall be required to provide an annual online subscription services for legislative tracking, database and analysis tool through the web that offers the following content, tools, and features. The online subscription shall, but is not limited to, the following:

• Provides full text of Congressional Committee and floor amendments.
• Summarizes background information on bills, provides detailed synopsis of every bill in front of Congress, provides chamber floor debate information, and prospects for the passage of bills.
• Finds differences in language between any two bill text documents; view results in a side-by-side report showing portions that changed.
• Allows full access to searchable text of all bill versions and the links to a PDF from the Government Printing Office website.
• Tracks the status of bills as they move through the legislative process.
• Provides updates on the status of the Federal budget, continuing resolutions and the dates of budgets passed by Congress.
• Provides comprehensive coverage of every open Congressional committee and subcommittee markup.
• Provides daily updates regarding proceedings and debates of the House and Senate.
• Provides full text of every committee report searchable by keyword and bill number.
• Provides detailed synopsis of all legislation; links to all related news, analysis, and source material prepared by the Congressional Research Service (CRS).
• Provides CRS reports given to Members of Congress and their staff; provide expert analysis of each stage of the legislative process.
• Tracks and provides advance notice to hearings and meetings that they can/should attend.
• Providesdaily and weekly updates on congressional activity.
• Provides up-to-date information on Healthcare reform.
• Provides current member profiles; to include detailed information about every Member of Congress’ state, district, voting and electoral history, committee assignment, legislative priorities, and news.
• Maintains a current directory of members and their staff with the option to create mailings from the directory.
• Tracks legislation in all 50 States and the District of Columbia, including text of legislation as well as alerts and reports that can be customized by issue area.
• Tracks regulations in all 50 States and the District of Columbia, including text of regulations as well as alerts and reports on State regulations that can be customized by issue area.
• Provides State news reports on State legislation and regulations.
• Provides up to the minute information on healthcare reform, including information status of Healthcare Exchange implementation actions for each of the 50 States and the District of Columbia.
• Provides the ability to send email updates of new developments in selected issue areas.
4. DELIVERABLES

The Contractor shall provide an annual online subscription services for legislative tracking, database and analysis tool through the web that offers the following content, tools, and features for a period of three (3) years (base year and 2 one-year option periods) beginning June 1, 2013.

5. PERIOD OF PERFOMANCE

The period of performance for this purchase order shall be for a period of three (3) years (base year and 2 one-year option periods) beginning June 1, 2013

BASE YEAR: June 1, 2013 TO May 31, 2014
OPTION YEAR 1: June 1, 2014 TO May 31, 2015
OPTION YEAR 2: June 1, 2015 TO May 31, 2016.

6. PLACE OF PERFORMANCE

All work shall be conducted at Contractor’s facility. This requirement only requires online access to specific databases and online tools.

7. AWARD TYPE

The Government will award a firm-fixed price purchase order resulting from this solicitation.

8. QUALITY ASSURANCE SURVEILLANCE PLAN

The resultant contract will be for supplies to be delivered electronically; therefore this section is not applicable.

(2) OPM-Specific Clauses

1752.205-70 Announcement of Contract Award (July 2006)

OPM complies with FAR 5.3, Synopses of Contract Awards, in terms of synopsizing and publicly announcing contract awards. These actions take place at the time of, and not before, the contract is awarded. Contract award, in this case, means signature of the contractual document by the Contracting Officer and forwarding of the contractual document to the contract awardee. If the contract awardee wishes to make a separate public announcement, the awardee must obtain the approval of the Contracting Officer prior to releasing the announcement, and must plan to make announcement only after the contract has been awarded.

1752.209-74 Organizational Conflicts of Interest (July 2005)

(a) The Contractor warrants that, to the best of the Contractor’s knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest (OCI), as defined in FAR 9.5, Organizational and Consultants Conflicts of Interest, or that the Contractor has disclosed all such relevant information.

(b) The Contractor agrees that if an actual or potential OCI is discovered after award, the Contractor shall make a full disclosure in writing to the Contracting Officer. This disclosure must include a description of actions, which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict.

(c) The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an OCI. If the Contractor was aware of a potential OCI prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contacting Office, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.

(d) The Contractor must include this clause in all subcontracts and in lower tier subcontracts unless a waiver is requested from, and granted by, the Contracting Officer.

(e) In the event that a requirement changes in such a way as to create a potential conflict of interest for the Contractor, the Contractor must:
(1) Notify the Contracting Officer of a potential conflict, and;
(2) Recommend to the Government an alternate approach which would avoid the potential conflict, or
(3) Present for approval a conflict of interest mitigation plan that will:
(i) Describe in detail the changed requirement that creates the potential conflict of interest; and
(ii) Outline in detail the actions to be taken by the Contractor or the Government in the performance of the task to mitigate the conflict, division of subcontractor effort, and limited access to information, or other acceptable means.
(4) The Contractor must not commence work on a changed requirement related to a potential conflict of interest until specifically notified by the Contracting Officer to proceed.
(5) If the Contracting Officer determines that it is in the best interest of the Government to proceed with work, notwithstanding a conflict of interest, a request for waiver must be submitted in accordance with FAR 9.503.

1752.209-75 Reducing Text Messaging While Driving (Oct 2009)

(a) In accordance with Section 4 of the Executive Order, “Federal Leadership on
Reducing Text Messaging While Driving,” dated October 1, 2009, you are hereby encouraged to:

(1) Adopt and enforce policies that ban text messaging while driving company-owned or -rented vehicles or Government-owned, -leased or -rented vehicles, or while driving privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government; and

(2) Consider new company rules and programs, and reevaluating existing programs to prohibit text messaging while driving, and conducting education, awareness, and other outreach for company employees about the safety risks associated with texting while driving. These initiatives should encourage voluntary compliance with the company’s text messaging policy while off duty.

(b) For purposes of complying with the Executive Order:

(1) “Texting” or “Text Messaging” means reading from or entering data into any handheld or other electronic device, including for the purpose of SMS texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication.

(2) “Driving” means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light or stop sign, or otherwise. It does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary.

1752.222-71 Special Requirements for Employing Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (July 2005)

(a) If this contract contains FAR Clause 52.222-35 (Equal Opportunity for Special
Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), your company must comply with the requirements of this clause, including the listing of employment opportunities with the local office of the state employment service system.

(b) If this contract contains FAR clauses 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) or 52.222-38 (Compliance with Veterans’ Employment Reporting Requirements), you are reminded that your company must comply with the special reporting requirements described in those clauses. Your company must submit information on several aspects of its employment and hiring of special disabled and Vietnam era veterans or other veterans who served on active duty during a war or in a campaign or expedition for which a campaign badge has been authorized. You must submit this information no later than September 30 of each year, in the “Federal Contractor Veterans’ Employment Report” or VETS-100 Report. The U.S. Department of Labor has established a web site for submitting this report. The address is: http://www.vets100.cudenver.edu.

1752.223-71 Environmentally Preferable Products and Services (Feb 2013)

(a) Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management, requires in agency acquisitions of goods and services (i) use of sustainable environmental practices, including acquisition of biobased, environmentally preferable, energy-efficient, water-efficient, and recycled-content products, and (ii) use of paper of at least 30 percent post-consumer fiber content.

(b) By signing this offer or contract, the contractor will be deemed to have signed and agreed that all goods and services provided under this contract will comply with the above requirements of Executive Order 13514.

1752.224-71 Freedom of Information Act Requests (Sep 2009)

(a) Offerors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore:

(1) All items that are confidential to business, or contain trade secrets, proprietary, or personnel information must be clearly marked in all documents submitted to the U.S. Office of Personnel Management (OPM or The Government). Marking of items will not necessarily preclude disclosure when the OPM determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable.

(2) No later than five (5) business days after award of a contract, blanket purchase agreement (BPA), or order, the Contractor must provide OPM a redacted copy of the contract/BPA/order in electronic format. This copy will be used to satisfy any requests for copies of the contract/BPA/order under the FOIA. If the Contracting Officer believes that any redacted information does not require protection from public release, the issue will be resolved in accordance with paragraph 3.104-4(d) of the Federal Acquisition Regulation.

(b) Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract.

(c) In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor’s responsible employees.

(d) Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both.

1752.232-70 Invoice Requirements Large Business (Oct 2012)

(a) A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services):
(1) Name and address of the contractor.
(2) Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.)
(3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).
(4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.
(5) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.
(6) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).
(7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.
(8) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.)
(9) Electronic funds transfer (EFT) banking information.
(i) The contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures.
(ii) The last four digits of the contractor’s bank account must be shown on each invoice submitted for payment. This information will be used as a cross-reference in situations where the EFT banking information in the Central Contract Registration is suspect.
(iii) EFT banking information is not required if the Government waived the requirement to pay by EFT.
(10) The vendor’s certification that their EFT banking information in the Central Contractor Registration is current, accurate and complete as of the date of the invoice.
(11) Any other information or documentation required by the contract (e.g., evidence of shipment).

(b) Any invoice that does not contain all of the information listed in paragraph (a) above will be rejected as improper, and a new complete corrected invoice must be submitted. The payment due date for the corrected invoice will be calculated from the date it is received in the Prompt Pay e-mail box.

(c) ALL large business invoices-without exception-must have unique identifying numbers, and be submitted via e-mail to OPM’s Prompt Pay e-mail box at:

PromptPay@opm.gov

Please note that OPM cannot guarantee payment of invoices sent by any other means, such as regular mail or e-mail to other addresses.

(d) Please attach only one invoice to each e-mail, and use the following format for the subject line of the e-mail:

<Contractor name>&<Invoice no>&<Amount>&< Contract Number>/<Call or Order Number>

Example:
ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000

(e) Payment due dates will only be calculated from the date that invoices are received in the Prompt Pay e-mail box.

(f) Inquiries regarding payment of invoices should be e-mailed to InvoiceInquiries@opm.gov. The relevant invoice must be attached to the inquiry e-mail, and the subject line of the e-mail must state “INQUIRY,” followed by the information described in paragraph (d) above.

Example:
INQUIRY: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000

Do NOT use the Prompt Pay e-mail box for inquiries.

(g) If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the contract, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor.

1752.232-71 Method of Payment (July 2005)

(a) Payments under this contract will be made either by check or by wire transfer through the Treasury Financial Communications System at the option of the Government.

(b) The Contractor must forward the following information in writing to the Contracting Officer not later than seven (7) days after receipt of notice of award:
(1) Full Name (where practicable), title, telephone number, and complete mailing address of responsible official(s):
(i) to whom check payments are to be sent, and
(ii) who may be contacted concerning the bank account information requested below.
(2) The following bank account information required to accomplish wire transfers:
(i) Name, address, and telegraphic abbreviation of the receiving financial institution.
(ii) Receiving financial institution’s 9-digit American Bankers Association (ABA) identifying number for routing transfer of funds. (Provide this number only if the receiving financial institution has access to the Federal Reserve Communications System.)
(iii) Recipient’s name and account number at the receiving financial institution to be credited with the funds. If the receiving financial institution does not have access to the Federal Reserve Communications System, provide the name of the correspondent financial institution through which the receiving institution receives electronic funds transfer messages. If a correspondent financial institution is specified, also provide:
(A) Address and telegraphic abbreviation of the correspondent financial institution.
(B) The correspondent financial institution’s 9-digit ABA identifying number for routing transfer of funds.

(c) Any changes to the information furnished under paragraph (b) of this clause shall be furnished to the Contracting Officer in writing at least 30 days before the effective date of the change. It is the Contractor’s responsibility to furnish these changes promptly to avoid payments to erroneous addresses or bank accounts.

(d) The document furnishing the information required in paragraphs (b) and (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor’s name and contract number.

1752.232-74 Providing Accelerated Payment to Small Business Subcontractors (Oct 2012)

(a) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (Note: OMB Policy Memorandum M-12-16 is accessible on line at: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2012/m-12-16.pdf.)

(b) Upon receipt of accelerated payments from the Government, the contractor is required to pay all small business subcontractors on an accelerated timetable to the maximum extent practicable after receipt of invoice and all proper documents.

(c) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business.

1752.233-70 OPM Protest Procedures (Dec 2010)

(a) An interested party who files a protest with OPM has the option of requesting review
and consideration of the protest by either the Contracting Officer (CO) or the Senior Procurement Executive (SPE). The protest must clearly indicate the official to whom it is directed.

(b) If the protest is directed to the SPE, a copy of the protest must be sent to the Director of the Contracting Group at the same time the protest is filed with the CO in accordance with FAR 52.233-2. The address of the Director of the Contract Group is:

William N. Patterson, Director
Contracting Group, FSC
U.S. Office of Personnel
1900 E Street N.W., Room 1342
Washington, DC 20415

(c) Review and consideration of a protest by the SPE is an alternative to review and consideration by the CO.

1752.237-70 Non-Personal Services (July 2005)

(a) As stated in the Office of Federal Procurement Policy Letter 92-1, dated September 23, 1992, Inherently Governmental Functions, no personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor must promptly notify the Contracting Officer of this communication or action.

(b) The Contractor must not perform any inherently Governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee may state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with the contract, Contractor employees must identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee must state that they have no authority to in any way change the contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer.

(c) The Contractor must insure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this clause limits the Government’s rights in any way under any other provision of the contract, including those related to the Government’s right to inspect and accept the services to be performed under this contract. The substance of this clause must be included in all subcontracts at any tier.

1752.239-70 Internet Protocol Version 6 (IPV6) (Nov 2012)

In accordance with OPM CIO Directives, this acquisition requires all functionality, capabilities and features to be supported and operational in both a dual-stack IPv4/IPv6 environment and an IPv6 only environment. Furthermore, all management, user interfaces, configuration options, reports and other administrative capabilities that support IPv4 functionality will support comparable IPv6 functionality. Respondents are required to include in their response a letter of self-certification that their product has been tested in both a dual-stack IPv4/IPv6 and IPv6 only environment and meets this requirement. OPM reserves the right to require the respondent’s products to be tested within an OPM or 3rd party test facility to show compliance with this requirement.

In accordance with FAR 11.002(g) and OPM CIO Directives, this acquisition must comply with the NIST USGv6 Profile and IPv6 Test Program.

1752.239-71 Information Technology Systems Security (Nov 2012)

The activities required shall necessitate the Offeror’s access to a Federal Automated Information System (AIS) or systems. The Offeror’s proposal must include a detailed outline of its present and proposed Information Technology systems security program and demonstrate that it is commensurate with OPM security requirements for the information and information system they will have access to based on the Federal Information Processing Standard (FIPS) 199 categorization. At a minimum, the offeror must meet the security requirements for a Moderate-impact system as defined by FIPS 199. Similar information must be detailed for any subcontract proposed.

1752.239-72 Contractor Access to OPM IT Systems (Nov 2012)

OPM’s Center for Information Services has implemented policies to ensure the security and safety of OPM’s information systems. One policy is the ability to audit who has access to OPM IT systems. For that reason the contractor must:

(a) Immediately following contract award, the contractor must provide to the distribution list “System Access Control” (systemaccesscontrol@opm.gov) an initial and complete list of employee’s names that require access to OPM information systems.

(b) The contractor must send a staffing change report (Attachment 1) by the fifth day of each month after contract award to the Contracting Officer’s Representative, contract administrator and systemaccesscontrol@opm.gov on a monthly basis. A template for the submission is attached. The report must contain the listing of all staff members who left or were hired under this contract in the past 60 days. This form must be submitted even if no separation has occurred during this period. Failure to submit a ‘Contractor Staffing Change Report’ each month will result in the suspensions of all user ids associated with this contract. The Contractor Staffing Change Report is supplied in Attachment 2 of this document.

(c) Each contractor employee is required to utilize individual identification and authorization to access OPM IT systems. Using shared accounts to access OPM IT systems is strictly prohibited. OPM will disable accounts and access to OPM IT systems will be revoked and denied if carriers share accounts. Users of the systems will be subject to periodic auditing to ensure compliance to OPM Security and Privacy Policies.

(d) The Government, at its discretion, may suspend or terminate the access and/or use of any or all Government access and systems for conducting business with any/or all Contractors when a security or other electronic access, use or misuse issue gives cause for such action. The suspension or termination may last until such time as the Government determines that the situation has been corrected or no longer exists.

(e) The contractor Contracting Officer’s Technical Representative (COTR) and the OPM Helpdesk must be notified at least 5 days prior to a contractor being removed from a contract. For unplanned terminations or removals of contractor employees from the contractor organization that occur with less than five days notice, the COTR and OPM Helpdesk must be notified immediately. OPM Personal Identification Verification (PIV) cards issued to contractors must be returned to the COTR prior to departure.

(f) The contractor must allow OPM access to OPM information including data schemas, meta data, and other associated data artifacts that are required to ensure OPM can fully and appropriately retrieve OPM information that can be stored, read, and processed.
1752.239-73 Section 508 Standards (Feb 2013)

(a) All electronic and information technology (EIT) procured through this RFQ must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this
requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm.

(b) The following standards have been determined to be applicable to this RFQ:
(1) 1194.21. Software applications and operating systems.
(2) 1194.22. Web-based intranet and Internet information and applications.
(3) 1194.23 Telecommunications products.
(4) 1194.24 Video and multimedia products.
(5) 1194.25 Self Contained, closed products
(6) 1194.26 Desktop and portable computers.
(7) 1194.31 Functional performance criteria.
(8) 1194.41 Information, documentation, and support

(c) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future

(d) OPM is required by Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), to offer access to electronic and information technology for disabled individuals within its employ, and for disabled members of the public seeking information and services. This access must be comparable to that which is offered to similar individuals who do not have disabilities. Standards for complying with this law are prescribed by the Architectural and Transportation Barriers Compliance Board (“The Access Board”).

(e) The current deliverable(s) must incorporate these standards as well as any agency specific standards developed by OPM. The attached technical description contains further information on how this is to be done. Your response to the solicitation should contain documentation of your compliance with these standards. However, the Contracting Officer may request additional technical documentation, if necessary to make this determination.

(f) The final work product must include documentation that the deliverable conforms with the Section 508 Standards promulgated by the US Access Board.

(g) In the event of a dispute between you and OPM, then OPM’s assessment of the Section 508 compliance will control and you will need to make any additional changes needed to conform with OPM’s assessment, at no additional charge to OPM.

1752.239-74 OPM and Federal Security Policies (Nov 2012)
Information systems and system services provided to OPM by any contractor or other government organization (hereafter referred to as ‘contractor’) must comply with current OPM security policies and guidance. The contractor shall meet and comply with all OPM IT Security Policies described in the OPM Security and Privacy Policy Handbook and all other current OPM security polices and security guidance approved for use at the time of contract approval.
Contractors are also required to comply with current Federal regulations and guidance found in; the Federal Information Security Management Act (FISMA), the Privacy Act of 1974, the E-Government Act of 2002, Section 208, National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) and the 800-Series Special Publications (SP), Office of Management and Budget (OMB) memorandum, and other relevant Federal laws and regulations that OPM must comply with
1752.239-75 Minimum Information System Security Requirements (Nov 2012)
(a) Contractor and federal systems must adhere to minimum security requirements following the guidance provided in NIST’s FIPS publication 200, Minimum Security Requirements for Federal Information and Information Systems and the corresponding security controls described in the current version of NIST Special Publication 800-53, Recommended Security Controls for Federal Information Systems and Organizations.

(b) Federal Information Processing Standard (FIPS) publication 199 must be utilized to determine the security categorization (High, Moderate, or Low) for OPM and contractor systems. OPM must determine the categorization for contractor systems. The security categorization, as determined by OPM, must be utilized to identify the security control baseline requirements. The security requirements are the controls baseline, as defined in NIST SP 800-53.

1752.239-76 Security Assessment and Authorization (Nov2012)
(a) All information systems that input, store, process, and/or output OPM information must be authorized to operate by an Authorizing Official (AO) prior to operation either as a stand-alone system or included as a sub-system or component of another system for authorization. Only an Authorizing Official (AO) may authorize an information system to operate. AOs must be government employees. Contractors must adhere to current OPM security Assessment and Authorization (A&A) policies, procedures, and guidance for security A&A activities.

(b) Security authorization documentation must be developed with the use of OPM security documentation templates. Templates are available for all security documentation including; System Security Plan, FIPS 199 Security Categorization, Security Assessment Report, and Contingency Plan. The OPM authorization checklist must be followed throughout the security authorization process to ensure proper oversight from OPM Information Technology Security and Privacy (ITSP) program.

(c) Prior to Security Assessment and Authorization, a Privacy Threshold Analysis (PTA) for all systems must be completed and provided to the OPM Privacy Officer for a determination. If determination is made that a Privacy Impact Assessment (PIA) is required, it must be completed in accordance with the OPM Privacy Impact Assessment Guide.
1752.239-77 Privacy Act Compliance (Nov 2012)

(a) Contractors must comply with the Privacy Act of 1974 rules and regulations in the design, development, or operation of any system of records on individuals to accomplish an OPM function for a System of Records (SOR) .

(b)In the event of violations of the Act, a civil action may be brought against OPM involved when the violation concerns the design, development, or operation of a SOR on individuals to accomplish an OPM function, and criminal penalties may be imposed upon the officers or employees of OPM when the violation concerns the operation of a SOR on individuals to accomplish an OPM function. For purposes of the Act, when the contract is for the operation of a SOR on individuals to accomplish an OPM function, the contractor/subcontractor is considered to be an employee of the agency.

1752.239-78 Federal Reporting Requirements (Nov2012)

Contractors operating information systems on behalf of OPM must comply with Federal Information Security Management Act (FISMA) reporting requirements. Annual and Quarterly data collection will be coordinated by OPM. Contractors must provide OPM with the requested information based on the timeframes provided with each request. Contractor systems must comply with monthly data feed requirements as coordinated by OPM. Reporting requirements are determined by the Office of Management and Budget (OMB), and may change each reporting period. It is expected that all OPM contractor systems will provide OPM with all information in order for OPM to fully satisfy FISMA reporting requirements for contractor systems.
1752.239-79 Cloud Computing (Nov2012)

(a) Contractors handling OPM information or operating information systems on behalf of OPM must protect OPM information and information systems against unauthorized access, use, disclosure, disruption, modification, or destruction per the Federal Information Security Management Act (FISMA) and OPM Security and Privacy policy.

(b) OPM information stored in a cloud environment remains the property of OPM, not the contractor or cloud service provider. OPM retains ownership of the information. The cloud provider does not have rights to the OPM information for any purposes other than those explicitly stated in the contract.

(c) The cloud provider must protect OPM information from unauthorized access by cloud provider personnel, contractors, or other cloud service subscribers.
(d) The cloud provider must allow OPM access to OPM information including data schemas, meta data, and other associated data artifacts that are required to ensure OPM can fully and appropriately retrieve OPM information from the cloud environment that can be stored, read, and processed.
1752.239-80 IT Security and Privacy Awareness Training (Nov 2012)
All contractor personnel must complete mandatory security and privacy training prior to gaining access to OPM information systems and provide their completion certificate number to their COTR or supervisor. The following training requirements are mandatory, non-compliance may result in revocation of system access.
• Security and privacy awareness training must be completed prior to gaining access to OPM systems. The certificate number provided when the training is completed must be provided to the COTR of supervisor.Training instructions will be provided by OPM.
• Annual security and privacy refresher training must be completed on an annual basis. OPM will provide notification and instructions on completing this training.
• The OPM Rules of Behavior must be acknowledged prior to gaining access, and reviewed at least annually. OPM will provide access to the rules of behavior and provide notification when a review is required.
1752.239-81 Specialized IT Security Awareness Training for Security Staff (Federal/Contractor) (Nov 2012)
IT security contractor personnel are required to complete specialized IT security training based on the role-based requirements below. Contractors are required to report training completed to ensure competencies that address this training. Reporting instructions are sent by OPM to all OPM employees and contractors. Contractors must ensure their training hours satisfying the below training requirements are submitted to OPM Information Technology Security and Privacy (ITSP) upon completion of training.

IT Security Roles/Functions Recommended Hours for Specialized Training
Contractor System Manager\Owner 1-2
Information Security Specialist
Information System Security Officer (ISSO) 20-40
Privacy Officer 5-10
System Administrator
Network Administrator
Database Administrator
Service Desk Personnel/HelpDesk
Programmer/Developer 10-20

1752.239-82 HSPD-12 Compliance (Nov 2012)
(a) The Contactor shall be subject to screening prior to authorizing access to information systems; and rescreening according to change in position risk designation, new position with higher risk designation, or other according to HSPD-12 requirements.

(b) Contracting Officer’s Technical Representative (COTR) approval is required for contractors. Contractors shall sign access agreements before access is granted to OPM information and information systems.

(c) Procurements for services and products involving facility or system access control shall be in accordance with HSPD-12 policy and the Federal Acquisition Regulation.

(d) All new system development for OPM systems must include requirements to enable the use PIV credentials, in accordance with NIST FIPS 201, Personal Identity Verification (PIV) of Federal Employees and Contractors, prior to being operational.
1752.239-83 Federal Desktop Core Configuration / United States Government Configuration Baseline Compliance (Nov 2012)
(a) The contractor shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC)\United States Government Configuration Baseline (USGCB). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista.) For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP and for the Windows Vista settings, see http://csrc.nist.gov/itsec/guidance_vista.html.

(b) The standard installation, operation, maintenance, updates, and/or patching of software shall not alter the configuration settings from the approved FDCC\USGCB configuration. The information technology should also use the Windows Installer Service for installation to the default “program files” directory and should be able to silently install and uninstall.

(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.
1752.239-84 FIPS 140-2 Encryption Requirements (Nov2012)
Cryptographic modules used to protect OPM information must be FIPS 140-2 compliant and validated by the Cryptographic Module Validation Program (CMVP). Contractors must provide the validation certificate number to OPM for verification. Encryption is required to protect sensitive federal and contractor data when transmitting between systems.

1752.239-86 Contractor System Oversight/Compliance (Nov 2012)

(a) All contractor systems, service providers and third-party vendors must complete the IT OPM Offsite System Security Self-Assessment Survey and submit the assessments to their Contracting Officer and the CIO IT Security and Privacy Office for review and evaluation. This is a supplemental requirement and does not replace contract requirements under FISMA. The federal government has the authority to conduct site reviews for compliance validation. Full cooperation by contractor and third-party providers is required for audits and forensics.

(b) The Contractor shall support the OPM in its efforts to assess and monitor the contactor systems and infrastructure. The contractor shall provide logical and physical access to the contractor’s facilities, installations, technical capabilities, operations, documentation, records, and databases upon request. The contractor will be expected to perform automated scans and continuous monitoring activities which may include, but not limited to, authenticated and unauthenticated scans of networks, operating systems, applications, and databases and provide the results of the scans to OPM or allow OPM personnel to run the scans directly.

1752.239-87 Additional Security Requirements (Apr 2012)

(a) As prescribed in the FAR clause 24.104:

• If the system involves the design, development, or operation of a system of records on individuals, the contractor shall implement requirements in FAR clause 52.224-1, “Privacy Act Notification” and FAR clause 52.224-2, “Privacy Act”

(b) Information technology acquisitions shall use OPM established configuration settings, or utilize common security configurations available from the National Institute of Standards and Technology’s website athttp://checklists.nist.gov where OPM standards do not exist. (FAR part 39).

1752.242-70 Contract Performance Information (July 2005)

(a) Dissemination of Contract Performance Information

The Contractor must not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed must be submitted to the Contracting Officer for approval.

(b) Contractor Testimony

All requests for the testimony of the Contractor or its employees, and any intention to testify as an expert witness relating to: (a) any work required by, and or performed under, this contract: or (b) any information provided by any party to assist the Contractor in the performance of this contract, must be immediately reported to the Contracting Officer. Neither the Contractor nor its employees must testify on a matter related to work performed or information provided under this contract, either voluntarily or pursuant to a request, in any judicial or administrative proceeding unless approved by the Contracting Officer or required by a judge in a final court order.

(3) List of Attachments

Attachment 1 Contractor Staffing Change Report

52.212-1 Instruction to Offerors- Commercial Items, (FEB 2012)

Is incorporated by Reference.

PREPARING THE TECHNICAL PORTION OF THE PROPOSAL

(a) An offeror’s proposal must demonstrate their ability to provide the full range of items as detailed in the Statement of Objective. To be deemed technically acceptable the contractor MUST be able to provide all of the items detailed in the Section 3 -Summary of Requirements.

(b) Quotations which merely offer to conduct the work in accordance with the requirements of the Government’s scope of work will be considered nonresponsive and will not be given any further consideration.

(c) Evaluation of the technical portion of proposals will be conducted by a technical review committee in accordance with the evaluation criteria stated in FAR Clause 52.212-2 – Evaluation, below.

1. PREPARING THE TECHNICAL PORTION OF THE QUOTATION

(a) The offeror shall include in its quotation a discussion of the offeror’s proposed technical approach to respond to the requirements in the statement of objectives (SOO). Present clear and convincing evidence that youunderstand the scope of work as described in the SOO, and that your technical approach to accomplishing this work is sound. Include:

• A narrative describing your understanding of this requirement.
• A description of your technical expertise for meeting the requirements of this solicitation. Your narrative should, at a minimum:
• Indicate the initial plan to gain an understanding of OPM’s operations needs;
• Discuss the anticipated methodology to complete the work described in of the Statement of Objectives; and
• Describe your strategy for dealing with potential significant technical, administrative, or managerial problems that could arise, particularly those issues that impact deliverable deadlines;

(b) In addition to its proposed technical approach, the offeror shall summarize its corporate experience (including results) with the provision in contracts similar to this solicitation that the offeror has successfully performed in the past five years. The information presented shall be in sufficient detail to describe the previous experience and effectiveness of the offeror in similar or closely related work, and to demonstrate the offeror’s current ability to accomplish the tasking in this solicitation.

This summary should include:
• Firm Experience: statement of the offering firm’s level of involvement, degree of success, number of resources and overall performance on efforts similar in nature to the requirements of this project.
• Experience of Available Resources: statement of the level of involvement, degree of success, number of resources and overall performance on efforts similar in nature to the requirements of this project, including the provision of resumes of resources that will be available for this project.

(c) Also include the following information for three (3) contracts and/or subcontracts for requirements as similar as possible to the current requirement:

• Name of contract or project;
• Contract Number;
• Role (Prime or Subcontractor);
• Sponsoring Organization or Company;
• Contract type;
• Period of Performance;
• Total Contract Value;
• Contract Manager and telephone number;
• Program Manager and telephone number;
• Project description, scope of work preformed, services or products delivered;
• Major success or accomplishments, and
• Major problems, lessons learned, and solution(s) applied if applicable.

(d) The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following Page Setup parameters:

Margins – Top, Bottom, Left, Right – 1″
Gutter – 0″
From Edge – Header, Footer – 0.5″
Page Size, Width – 8.5″
Page Size, Height – 11″

The following additional restrictions apply:

• Each paragraph shall be separated by at least one blank line.
• A standard, 11-point minimum font size applies.
• Times New Roman font is required.
• Tables and illustrations may use a reduced font size not less than 8-point and may be landscape.

Proposal page limits are as follows:

• Technical Proposal – 3
• Price Proposal – no page limit

(e) Pages that exceed the page limits will be considered nonresponsive and will not be given any further consideration.. Page numbers, headers and footers may be within the page margins ONLY, and are not bound by the font requirements. Company logos are prohibited with the exception of the Title Page. Pages that exceed the margin, font or total page limit will not be evaluated. Pages deleted due to violation of the margin or font restrictions will not count against the page limitation. Page count will NOT be based upon the numbers of pages, printed but rather dictated by the number of pages in a print layout view in the application based upon the above-prescribed document settings. Counting pages in the order they appear for viewing will make up the page count. The page limits are applicable to graphs, tables, drawings and any other attachments submitted with the proposals and not specifically excluded by the solicitation. Any index, table of contents, glossary or integrated master schedule will not be included in the maximum page limitation.

(f) Offeror(s) are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked.

2. ADDITIONAL INSTRUCTIONS FOR PREPARING THE TECHNICAL PORTION OF THE QUOTATION

(a) Quotations which merely offer to conduct the work in accordance with the requirements of the Government’s scope of work will be considered non responsive and will not be given further consideration. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives.

(b) Evaluation of the technical portion of quotations will be conducted by a technical review committee in accordance with the evaluation criteria stated in the 52.212-2 Evaluation - Commercial Items below.

3. INSTRUCTIONS FOR PREPARING THE BUSINESS PORTION OF THE
QUOTATION

A. PRICE INFORMATION

Offerors shall submit Firm-Fixed Price quotation responses for all deliverables. Offerors shall submit a detailed breakdown of prices for each deliverable. In addition, a summary total amount shall be furnished for the entire project.

The business portion of the quotation must contain sufficient information to allow the Government to perform a basic analysis of the proposed price of the work.

B. INFORMATION OTHER THAN PRICING DATA

The vendor shall submit sufficiently detailed information to permit the Contracting Officer and authorized representatives to evaluate the offer.

Unless otherwise stated in this solicitation, the information may be submitted in the offeror’s own format.

C. PRICING

The vendor shall clarify for each line item if the unit price represents the vendor’s published prices, or lower.

The Contractor must quote on all of the items listed above. Failure to quote on all of the items will result in elimination of that quotation.

FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)

(a) The Government will award a firm fixed priced purchase order 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 following factors shall be used to evaluate offers:

• Technical Capability
• Past Performance
• Price

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

1. Basis for Award

The Government is conducting this source selection in accordance with the competitive negotiation source selection procedures contained in FAR Part 15.

The Government anticipates awarding a firm-fixed price contract to the responsible offeror whose quotation represents the best value to the Government, and who lowest priced offer is deemed to be technically acceptable. Best value as defined in FAR Part 2, is the expected outcome of an acquisition that in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government will be conducting this procurement by using the Lowest Price Technically Acceptable (LPTA) method.

When conducting the evaluation, the Government may use information provided by the offeror in their quotations as well as information obtained from the offeror’s past performance information. Each offeror is responsible for ensuring that the information provided is thorough, accurate, and complete.

The Government reserves the right to evaluate proposals and award contracts without discussions with the offerors, with the exception of clarifications as described in FAR 15.306(a). Evaluations may be based on the offeror’s initial proposal. Therefore, the offeror’s proposal should contain the offeror’s most advantageous proposal from a technical and price standpoint.

2. Price

Price will be assessed for completeness, reasonableness, price realism and affordability. Price will not be given a specific rating, but will be evaluated and provided to the Contracting Officer as part of the integrated assessment.

3. Past Performance

Past performance will be evaluated in accordance with FAR 15.305Offerors with no past performance will result in an assignment of a neutral/unknown confidence rating, which will indicate neither a FAVORABLE nor UNFAVORABLE evaluation rating. In addition, if a Joint Ventures (JV) does not have any past performance as a JV or if the individual companies that comprise the JV do not have any past performance, then the JV will receive a neutral/unknown confidence rating. If the individual members do have past performance experience, then that performance will be evaluated on behalf of the Joint Venture. If the Joint Venture acts as the Prime, but has subcontractors, the subcontractor’s past performance (if there is any) will also be used in the evaluation.

4. Exchanges

Exchanges with offerors after receipt of quotations do not constitute a rejection or counter offer by the government.

5. Best Value Determination

The Government intends to award a firm-fixed price purchase order contract to the responsible offeror whose quotation has been determined to be technically acceptable and their lowest proposed price is deemed to be realistic, fair and reasonable.

52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2012)

An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(a) Definitions. As used in this provision-
“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and dailybusiness operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for whic
OutreachSystems Article Number: 130519/PROCURE/0446
Matching Key Words: video*; produc*; train*; you; website; web; site?; page?; education*; business*; documentation; event?; distribut*; instruct*; commercial?; 

Library of Congress, Contracts Services, Fedlink Section, 101 Independence Ave SE LA-318 Washington DC 20540-9414

R — FEDLINK Information Retrieval Services Strategic Sourcing LCFDL13R7100 061713 Deborah B Burroughs, Senior Contract Specialist, Email flicc-cl@loc.gov – Charles A. Wilson, Contract Specialist, Email flicc-cl@loc.gov The Library of Congress is posting Request for Proposal (RFP) #LCFDL13R7100 for Information Retrieval Services Strategic Sourcing for the LC/FEDLINK Program. The objective of the solicitation is to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts493px-US-LibraryOfCongress-BookLogo.svg for acquisition of or access to commercial off-the-shelf (COTS) electronic information resources in many publication formats for the FEDLINK program. FEDLINK is a nationwide interagency consortium sponsored by the Library of Congress. These will be multi-agency contracts (MACs) established in accordance with the Library of Congress (LC) Fiscal Operations Improvement Act, P.L. 106-481, Section 103 (2 U.S.C. § 182c.) Any federal entity including the executive branch, the legislative branch, the judicial branch, and independent agencies as well as contractors to government agencies who are authorized to use federal sources of supply may be authorized to place orders under these contracts in accordance with the terms and procedures described in the solicitation.
Contractors shall be capable of providing products/services for ordering agencies with multiple organizational levels and geographic locations nationwide and/or worldwide. The Contractor shall also be capable of handling multiple purchase orders simultaneously. Contracts may be divided into four lots. Lot 1- Electronic Databases/Publications is the core of this solicitation. Vendors must offer products/services under Lot 1 in order to provide products/services under Lot 3 and must offer products/services under Lot 1 and/or Lot 2 in order to provide products/services under Lot 4. The four lots to be offered are:

Lot 1 – Electronic Databases/Publications. Products under Lot 1 covers publishers and vendors who provide access to commercial off-the-shelf electronic materials in many publication formats: information retrieval database services, newsfeeds, current awareness services, portal or content management services, electronic serials, and electronic books.

Lot 2 – Document Delivery Services. Under Lot 2 vendors shall provide machine-readable or print copies of published and unpublished materials in response to specific citation requests. Materials typically include journal and newspaper articles, conference papers and proceedings, annual reports, technical reports, dissertations and theses, official legal, financial and patent documents.

Lot 3 – Vendor Associated Publications. Under Lot 3 vendors and publishers that offer Electronic databases/publications under Lot 1 may also provide their commercial off-the-shelf print, video, microform or multimedia publications.

Lot 4 – Specialized Access/Product Integration. Under Lot 4 vendors that offer commercial electronic databases/publications or document delivery services under Lots 1 and/or Lot 2 may tailor their electronic resources packages for individual customers. Vendors may offer specialized file groupings, access to customer’s own files, special interfaces, and research assistance.

The services of book jobbers and serials subscription agents are covered under separate LC/FEDLINK solicitations and are not the subject of this solicitation. This solicitation EXCLUDES general or standard computer or telecommunications equipment not essential for content access or retrieval; furniture and supplies; database development and implementation for customers; and personal services such as on-sitereference/research staff.

Any questions regarding this RFP must be submitted in writing no later than Thursday, June 5, 2013 by 12 noon EST to flicc-cl@loc.gov.

A pre-proposal conference for RFP #LCFDL13R7100 for FEDLINK Information Retrieval Services will be held on Tuesday, June 4, 2013 at 1:00pm to 2:00pm at:

The Library of Congress
Madison Building, Sixth Floor
West Dining Room
101 Independence Avenue, SE
Washington, DC 20540

The pre-proposal conference may be attended in person or via web cast. Please register for the conference at fliccfno@loc.gov and indicate whether attending in person or via web cast. Instructions for the web cast will be sent to registrants.

Vendors are responsible for ensuring that all RFP amendments are received prior to submittal of proposals. Please check this site periodically for amendments or clarifications to the RFP. All proposals must be submitted as specified in Section L of the solicitation. For information about the Library of Congress FEDLINK Program, please visit http://www.loc.gov/flicc.

URL: https://www.fbo.gov/spg/LOC/CS/FEDLINKCS/LCFDL13R7100/listing.html
OutreachSystems Article Number: 130517/PROCURE/0065
Matching Key Words: video*; produc*; conference?; web; site?; instruct*; commercial?; 


356px-Seal_of_the_US_Air_Force.svgDepartment of the Air Force, Direct Reporting Unit – Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750 Joint Base Andrews MD 20762

99 — Mass Notification Service FA7014-13-T-3017 052913 Jermaine Williams, Ctr., Contract Specialist, Email jermaine.williams.ctr@afncr.af.mil – William Caffaro, Contracting Officer, Email william.caffaro@afncr.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-13-T-3017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The proposed contract type will be firm fixed-price and set-aside for Small Business.

CONTRACT LINE ITEM NUMBER:

LINE ITEM 0001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.

System Requirements:

• Provide a minimum of 5 System Administrator Accounts and 2,000 Recipient Accounts.
• Issue mass notifications via web, email or phone to 2,000 personnel within 20 minutes.
• Allow recipients to respond by voice, email or menu choice via phone.
• 5,000 minutes of telephonic use per year in the base subscription.
• Ability to create and change mass notification message templates and message groups with easy to understand instructions that require little or no computer knowledge by the user.
• Ability to provide customized notifications to recipients in computer generated voice.
• Ability to record in human voice is desired but not required.
• Easily import contact data using MS Excel 2010 and later versions that will have the following categories but not limited to only these only: name/rank/office symbol/home phone/office phone/mobile phone…
• Allow access control and security with permissions.
• Ability to create individual contact groups.
• Compatible with Department of Defense Unclassified and Classified networks.
• Vendor shall provide Initial system operation and maintenance training for staff of 10 personnel within 15 days after contract award, and annual refresher training thereafter at no additional cost.
• Period of Performance shall begin no later than 01 Sep 2013.
• 24/7 maintenance and support.

Option Year 01:

LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE:________.

Option Year 02:

LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.

Option Year 03:

LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________.

PERIOD OF PERFORMANCE:

01 Sep 13 to 30 Aug 14.

PERFORMANCE LOCATION:

WASHINGTON DC

FAR PROVISIONS:

The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.252-1: http://farsite.hill.af.mil , 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. The following provisions are also applicable by reference: 52.202-1, 52.217-5, 52.252-1, 252.212-7001.

The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text:

52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)

(a) 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. The following factors shall be used to evaluate offers:

I.) Lowest Price (including options)

II.) Brand Name or Equal

(End of provision)

The provision at 52.212-3 — Offeror Representations and Certifications (Apr 2012) — Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

FAR CLAUSES:

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-99, 52.253-1, 52.252-2: http://farsite.hill.af.mil , 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, 252.212-7001, 252.225-7001, 252.225-7009, 252-247-7023, 252.211-7003 and 5352.242-9000. The following Clauses are also included: 52.217-8, 52.217-9, 52.222-50.

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6 and 52.232-33.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil.

LOCAL CLAUSES:

5352.201-9101, Ombudsman (AUG 2010)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Elizabeth Hair, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6112. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

All responses and quotes must be received no later than 5:00 P.M. Eastern Time on 29 May 2013. Only written quotes with detailed technical information along with any amendments issued and acknowledged will be considered. All Brand Name or Equal offers must include information clearly stating technical equivalency with the requested brand name. Quotes will only be accepted via e-mail to the Contract Specialist listed below.

Please e-mail all responses and quotes concerning this solicitation in writing to Mr. Jermaine Williams, Ctr, Contract Specialist at jermaine.williams.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote.
Set-Aside: Total Small Business Place of Performance: Washington, DC US URL: https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-13-T-3017/listing.html
OutreachSystems Article Number: 130517/PROCURE/0486
Matching Key Words: writ*; copy; technical; 


Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209

99 – Documentary Video SAQMMA13PEPFAR 052013 JoAnn B Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email carrolljb@state.gov – JoAnn B Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email carrolljb@state.gov The U. S. Department of State (DoS), Bureau of the Office of the U.S. Global AIDS Coordinator, has a requirement for a contractor to provide a documentary video in support of the President’ Emergency Plan for AIDs Relief (PEPFAR). 600px-US-DeptOfState-SealThis service includes the following: A 10 minute documentary based on information that consist of PEPFAR; Edited 2-3 minute and 5 minute clips; Short clips that can be imbedded and cited in remarks or presentations delivered by PEPFAR or other U. S. Government Officials; and Short clips that can be uploaded to PEPFAR social media channels (YouTube, Facebook, Twitter, etc.). All completed footages shall become the property of the U.S. government. The final products must be 508 compliant and be accompanied by a full transcript. The countries listed shall be visited to collect footages for the documentary are: Botswana, South Africa, & Zimbabwe; Cote d’Ivoire; Cambodia & Vietnam; Haiti & Dominican Republic; and Kenya, Malawi, & Rwanda. The PEPFAR documentary shall be launched in advance of World AIDS day, December 1, 2013 and all shooting and editing must be completed by October 15, 2013. Additional requirement: Offeror shall be responsible for providing a transcript, with the Government responsible for any requirements to translate the documentary. There are no Security Requirements. The NAICS code is 512240. It’s anticipated that this requirement will be awarded for a nine month period, with the period of performance starting June 1, 2013 through February 15, 2014, with a due date of October 15, 2013 for Documentary. Information is being sought from all small businesses including 8(a), HUBZone, and Service-Disabled Veteran-Owned Firms. Teaming arrangements are encouraged. Should your firm be interested in this requirement please submit your company’s capability statement in a 12 pitch Times New Roman, 3 page documentation limit to Tracy Ford via e-mail address at FordTR@state.gov by 2:00 Eastern Standard time on May 20, 2013. No telephone calls are accepted. For further information on postings for this requirement, FEDBIZOPPS has a notification system if you register at its website at http://www.fedbizopps.gov/.
Set-Aside: Total Small Business Place of Performance: See synopsis (various) US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13PEPFAR/listing.html
OutreachSystems Article Number: 130517/PROCURE/0551
Matching Key Words: documentar*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW N-4649 Washington DC 20210

U — Operation of the Earle C Clements Job Corps Center DOLJ13PA20010Amended 062513 Jillian L Matz, Contracting Officer, Phone 202-693-2836, Fax 202-693-3846, Email matz.jillian@dol.gov This request for proposal is for the Operation of the Earle C Clements Job Corps Center, located in Morganfield, Kentucky.

PLEASE NOTE: THIS PRE-SOLICIATION NOTICE IS A RE-POST OF THE PRE-SOLICIATION NOTICE THAT WAS ISSUED ON FEBRUARY 4, 2013.  DUE TO A CHANGE IN THE CONTRACTING OFFICER, IT WAS NECESSARY TO RE-POST THIS NOTICE, AS ACCESS TO PRIOR POSTINGS BY THE CONTRACTING OFFICER ARE NOT PERMITTED.  THE EMPLOYMENT AND TRAINING ADMINISTRATION APOLOGIZES FOR ANY INCONVENIENCE THAT THIS RE-POSTING CAUSES.

SOLICITATION NUMBER DOLJ13PA20010 CONTAINS A POSTING OF THE SOLICITATION AND AMENDMENTS 0001 THROUGH 0004.
THIS NOTICE, DOLJ13PA20010 BEGINS WITH AMENDMENT NO. 0005, POSTED ON MAY 15, 2013.
URL: https://www.fbo.gov/spg/DOL/ETA/OJC/DOLJ13PA20010Amended/listing.html
OutreachSystems Article Number: 130516/PROCURE/0122
Matching Key Words: state!ky; 


Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

R — DLA, EEO Investigation Services
DO135001 053113 constance v. house, Contract Specialist, Phone 7037671168, Fax 703-767-1172, Email constance.house@dla.mil – Beverly J Williams, Contracting Officer, Phone 703-767-1192, Fax 703-767-1130, Email Beverly.J.Williams@dla.mil This a Sources Sought forDefense_Logistics_Agency information seeks to obtain industry concepts, capability and market information for Defense Logistics Agency (DLA) Equal Employment Opportunity (EEO)Investigation Services. This Request for information (RFI)does not in anyway constitute a Request-For-Proposal (RFP) and as such, shall not be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice, nor otherwise pay for proposal preparation costs supporting submission of a response to this RFI. Responses to this RFI shall include the name of the organization, point-of-contact, disclosure of small business status against Northern America Industry Classification System (NAICS) code 561611, Investigation Services, corporate capabilities, and experience of potential key personnel as it relates to the following criteria: (1) The lead contractor must be a United States Corporation or business entity; (2) Relevant experience with establishment, operation and management of consortia, partnerships and other collaborative technical and business arrangements; (3) relevant experience with the technical topics addressed above. To assist the Government in the analysis of the marketplace, responses shall be submitted electronically to the point of contact listed below on or before Friday, May 31, 2013, 11:00 am Eastern Daylight Time. All respondents are require to complete the System for Award Management (SAM) process to be considered eligible for any potential Department of Defense contracts. SAM registration information can be obtained at http://www.sam.gov. Electronic responses are preferred.
POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:

1. Company name, address, phone number, primary contact (s), email address, NAICS code(s), business size (i.e. small/8(a)) and DUNS Number.

2. Provide a Statement of Capability that demonstrate the offeror’s past performance in providing this type of service.

All responses shall be submitted to the Defense Logistics Agency, Attn: Constance House, 8725 John J. Kingman Road, Fort Belvoir, VA 22060, email address: constance.house@dla.mil, reference Sources Sought for DLA, EEO Investigation Services. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this sources sought synopsis to make appropriate acquisition decisions.

Background

The Defense Logistics Agency (DLA) is responsible for ensuring that Equal Employment Opportunity (EEO) complaints are processed fairly, promptly, thoroughly and in strict compliance with the Equal Employment Opportunity Commission (EEOC) complaint processing procedures. These procedures are set forth in Title 29 of the Code of Federal Regulations (CFR), Part 1614; EEOC Management Directive (MD) 110, Federal Sector Complaints Processing Manual; EEOC’s published enforcement guidance; and related documents. Part 1614.102 (c) (4) and (5) of the CFR assigns the Director of Equal Employment Opportunity the authority to receive and investigate individual complaints of discrimination. In implementing the regulations, it is required that discrimination complaints be promptly investigated. Such investigations must include a thorough review of the circumstances under which the alleged discrimination occurred.

The DLA is interest in receiving market information to provide highly qualified and experienced small businesses capable of conducting formal investigations into allegations of discrimination filed against the Defense Logistics Agency.

PERFORMANCE WORK STATEMENT

DEFENSE LOGISTICS AGENCY
EQUAL EMPLOYMENT OPPORTNITY (EEO) INVESTIGATIONS

1.0 INTRODUCTION

The Defense Logistics Agency (DLA) is responsible for ensuring that Equal Employment Opportunity (EEO) complaints are processed fairly, promptly, thoroughly and in strict compliance with the Equal Employment Opportunity Commission (EEOC) complaint processing
procedures. These procedures are set forth in Title 29 of the Code of Federal Regulations (CFR), Part 1614; EEOC Management Directive (MD) 110, Federal Sector Complaints Processing Manual; EEOC’s published enforcement guidance; and related documents. Part 1614.102 (c) (4) and (5) of the CFR assigns the Director of Equal Employment Opportunity the authority to receive and investigate individual complaints of discrimination.

In implementing the regulations, it is required that discrimination complaints be promptly investigated. Such investigations must include a thorough review of the circumstances under which the alleged discrimination occurred.

The purpose of this Performance Work Statement is to articulate the requirements to secure a highly qualified and experienced contractor to conduct formal investigations into allegations of discrimination filed against the Defense Logistics Agency.

2.0 TASKS

The contractor shall provide the following:

2.1 A fair, impartial, and timely EEO investigation of formal complaints of discrimination to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the claims in the complaint to ascertain the validity of the allegation.

2.2 The contractor will investigate complaints of discrimination for the entire DLA Enterprise which consist of six (6) EEO Offices geographically dispersed across the United States.

2.3 The contractor shall complete a factually accurate Report of Investigation not later than Forty-Five (45) calendar days after receipt of case assignment/request letter.
The Report of Investigation shall be in accordance with, and satisfies the requirements of EEOC’s Management Directive 110, Chapter 6 – Development of Impartial and Appropriate Factual Records – with regard to both substance and form.

2.4 In the event a complainant amends his/her complaint during the investigation, the contractor/investigator will inform the Complainant that he/she must contact the

servicing EEO Office. If the Agency accepts the Complainant’s amendment, the contractor shall be granted reasonable additional time to complete the investigation as needed and the 45 day requirement shall we waived.

2.5 In addition to ongoing investigation services provided by the Contract throughout the duration off the performance period, the contractor shall provide adequate qualified staff to address the agency’s pending investigations. The contractor shall investigate all complaints not later than 45 calendar days from the date of assignment.

2.6 Investigations for three types of discrimination complaints, (1) Individual, (2) Consolidated and (3) Joint complaints.

An individual complaint exists when there is one complaint of discrimination filed by an employee, a former employee, or applicant for employment.

A consolidated complaint exists when two or more complaints of discrimination are filed by the same employee, former employee or applicant for employment, in which there are substantially similar or identical allegations of discrimination.
The Contractor is required to submit one report addressing all issues in the consolidated complaint.

A joint complaint exists when two or more complaints of discrimination consisting of substantially similar allegations of discrimination or relating to the same matter are filed by two or more complainants. The Contractor is required to submit separate reports on each complaint as stipulated in the “Contract/Performance Work Statement.”

2.7 Regardless of the type of discrimination complaint, work shall be performed in four major phases: (a) preparing for the investigation, (b) interviewing affiants and preparing their affidavits, (c) obtaining evidence and developing statistical information and (d) preparing the report of investigation. To conduct the investigation as efficiently as possible, the Contractor shall do the following:

2.7.1 Preparing for the Investigation:

Receive the case assignment from the servicing EEO Office not later than five (5)
calendar days from the date the complaint was accepted for investigation.

Thoroughly review the claims and the case file provided by the Agency. In the event upon review, the Contractor determines the claims have been improperly framed by the Agency, the Contractor will immediately notify the servicing EEO Office or Contracting Officer Representative (COR).

Plan and schedule the steps of investigation.

Make preliminary phone calls/emails to identifiable affiants/witnesses and coordinate his/her telephonic or on-site visit (if applicable). Preliminary contact of identifiable affidavits/witnesses at this point in the planning stage shall not take the place of face-to-face on site interviews.

2.7.2 Interview Affiants and Prepare their Affidavits:

The Contractor shall interview affiants identified by the Agency that have first- hand knowledge of the allegations raised in a complaint. After a review of the case file, the Contractor may interview additional witnesses not previously identified with the approval of the designated Agency representative.

2.7.3 Obtain Evidence and Statistical Information:

The Contractor shall determine the relevancy of evidence (e.g., documents) and statistical information. The Contractor shall have access to relevant personnel records and statistical data. The EEO Office shall retrieve those records/data identified and make such records/data available to the Contractor. The Contractor will review the
records/data collected and make one copy thereof. The Contractor shall assemble the records/data collected in the appropriate format to include the name and group identifier (race, color, religion, national origin, sex (including pregnancy and gender identity), sexual orientation, disability, age, genetic information, and/or reprisal for each person identified.

As may be necessary, the Contractor shall make oral/written follow-up requests to the servicing EEO Office or COR for evidence or statistical information. The EEO Office will contact the office that maintains the records and will coordinate the collection of evidence determined relevant by the Contractor. The servicing EEO Office shall provide data collected to the Contractor within 10 calendar days of the written request. Travel for the sole purpose of obtaining documentary or statistical evidence is not authorized under this contract.

The investigation shall include a thorough review of the circumstances under which the alleged discrimination occurred; the treatment of members of the complainant’s group as compared with the treatment of other similarly situated employees, if any; and any policies and/or practices that may constitute or appear to constitute discrimination, even though they have not been expressly cited by the complainant.

2.7.4 Preparing the Report of Investigation:

The Contractor shall ensure individual complaints are properly and thoroughly investigated; to include a thorough review of the circumstance under which the alleged discrimination occurred. The Contractor shall summarize the information collected during the investigation. The Contractor shall not make recommendations, comments, or conclusions.

Completed reports of Investigation shall include information listed below: – Contractor’s case assignment and/or request letter
Copy of Complaint

EEO Counselor’s Report and its attachments

Transmittal Letters

Acceptance letter with statement of issues and basis/bases accepted

A chart showing the relationship between the complainant, the witnesses alleged to be responsible for the action(s) and other affiants included in the Report of Investigation at the time of the alleged discriminatory events(s) or acts(s). If any of these relationships have changed, show the current relationship.

Affidavits typed, initialed, and signed from each affiant.

Documentation relevant to the issue(s) and basis(es) separately identified by the source and attested to for the accuracy. The investigator shall note any evidence of tampering with original documents that may not be apparent from the copies in the Report of Investigation.
Statistical data relevant to the issue(s) and basis(es) in the complaint. Survey of the general environment may include (1) interviews with persons
who may have knowledge of the environment; (2) policies and practices related to the work situation where the complaint arose that may constitute or appear to constitute discrimination even though not expressly cited by the complainant; or (3) working conditions.

3.0 DELIVERABLES

3.1 The Contractor shall provide one (1) electronic copy in both a Microsoft Word and PDF version on a compact disk (CD). The Report of Investigation shall be assembled in accordance with the instruction contained in the MD-110 Chapter 6, Section III; have a title page (see Appendix M), tabbed, pages numbered sequentially, and contain all documents pertinent to the complaint. All electronic copies must be password protected and have Optional Character Recognition (OCR) capability. See Clause 10.0 “Personally Identifiable Information (PII) below.” The Contractor shall provide Hard Copy only at the specific advanced request of the Agency.
3.2 The Report of Investigation (ROI) shall contain the following:
1. The notice of the EEO Counselor to the Complainant pursuant to 29 C.F.R. § 1614.105(d).
2. The written report of the EEO counseling efforts pursuant to § 1614.105(c), and any attached documents.
3. A copy of the complaint.
4. Acknowledgment of filing of complaint. If the agency did not accept all of the claims set forth in the complaint, the complaint file should include the agency’s partial dismissal determination and the agency’s rationale for its action.
5. A statement of claim(s) to be investigated.
6. A record of any activity before the EEOC, Office of Federal Operations.
7. Evidence collected by the investigator.
8. A summary of the investigation.

Features of the Complaint File
The completed complaint file shall have the following features:
1. Case index to documents and exhibits.
2. Tabbed sections for documents, exhibits, and explanatory material.
3. A typed summary of the investigation signed and dated by the investigator and containing a discussion and analysis of the evidence. See Section VIII of MD-110, Chapter 6 and Volume 2, EEOC’s Compliance Manual for further guidance.
Format for the Complaint File
The following is a suggested format for complaint files.

Binder – Heavy-duty cover or binder (if requested by the Agency otherwise submit in electronic format on a Compact Disk CD).
Title Page
Summary of investigation/summary analysis of the facts. The summary should cite to exhibits and evidence.
Case Index – The index to the file should list the contents of the file by tab and sequential page number.
Tab A – should contain the formal complaint and documents submitted by the complainant. (Individual documents under each tab should be consecutively numbered in addition to being identified as part of the tab. Example A-1, A-2, A-3, etc.).

Tab B – should contain the EEO Counselor’s report and all documents generated in the informal process. Included here should be the notice of right to file a complaint.
Tab C – should contain the agency’s notice of claims to be investigated pursuant to Section IV.A.1 of this Chapter. Copies of any other documents bearing on delineation of the claims to be investigated should also be included. Documents pertaining to the partial dismissal of claim(s) should be included in this tab.
Tab D – should document attempts at informal resolution; however, documentation should not include the substance of such attempts.
Tab E – should contain any documentation of appellate activity and any decisions affecting the processing of the complaint.
Tab F – should contain the evidence and documents in a logical order, with documents further separated by numerical tabs as necessary.
Tab G – should contain any miscellaneous material.

In addition Exhibits shall include the following:

Contractor’s case assignment letter and letter of authority

Relationship Chart
Affidavits – each affidavit shall be tabbed (for hard copy copies only) Documentation relevant to the issues(s) and basis(es). Each document shall be
tabbed and/or sub-tabbed. For example, each applicant resume’ shall have a
sub-tab; a tab shall separate all of the resumes from other file documents
(applicable to Hard Copy ROIs). Statistical information

4.0 TECHNICAL REQUIREMENTS Offeror Technical Qualifications:
Offerors must provide in their Proposal written technical information that demonstrates their
qualifications to meet all requirements of the Performance Work Statement (PWS) including highly qualified personnel to perform the required services.

This technical information must include the following information:

4.1 Understanding the Work. The Offeror must demonstrate in their Proposal the understanding of the requirements specified in the PWS. To include discussion of anticipated difficulties and problem areas, together with potential or recommended approaches for their resolution with an emphasis on risk mitigation.

4.2 Plans and Methods of approach and Completion. The Offeror must demonstrate in their quote a proposed plan to meet the task requirements defined in the PWS. The Offeror must provide a soundness approach and the extent to which the quote demonstrates satisfactory methods of accomplishing the requirements of the PWS. The Offeror must state the skills and size of the proposed staff/personnel to perform the requirements specified in the PWS, which includes security requirements.

4.3 Staffing Plan/Resumes. The Offeror must demonstrate an ability to provide a cadre of highly qualified staff personnel to perform the tasks requirements of the PWS.

4.5 The Offeror shall provide in its proposal a list of at least three (3) recent past or present references by Federal agencies and/or private sector companies for it is/was employed.

4.6 The Offeror shall provide in its proposal a sampling of a least seven (7) resumes of
Investigators. The resumes shall include but not limited to the following: Years of experience
The manner in which his/her experience was obtained

Formal education

Types and number of Complaints investigated

List of Federal agencies for which they have performed work

References

Certification of receipt of annual training requirements

The investigative report format is to be prepared and assembled as outlined in the U.S. EEOC Management Directive 110, Chapter 6 “Development of Impartial and Appropriate Factual Records.”http://www.eeoc.gov/federal/directives/md110/chapter6.html

4.7 The Offeror shall ensure all Investigators receive the minimum required annual training in accordance with U.S. EEOC guidelines.

4.8 The Offeror shall address in its proposal the ability to provide adequate qualified staff to address the Agency’s need to investigate cases pending investigation promptly and accurately. The Contractor shall investigate all complaints not later than 45 calendar days from the date of assignment.

4.9 The Offeror must prepare a detailed investigative plan before each investigation begins.

5.0 PAST PERFORMANCE

Past Performance will be evaluated based on each offeror’s written submission and any additional, applicable relevant Past Performance criteria standards.

5.1 Demonstrate relevant past corporate experience by providing evidence of past performance of work similar to the work contemplated by this RFQ during the last three

years. Identify any federal, state and local government, and private contract customers (contract number, technical point of-contact, address, and telephone number.

5.2 Provide a list of references who will be able to provide information about offeror performance during the past three (3) years regarding:

The quality and timeliness of offeror work

The reasonableness of offeror prices, costs, and claims

The reasonableness of offeror business behavior i.e. offeror willingness to cooperate and helpfulness in solving problems

Offeror concern for the interests of their customer

Offeror integrity

Offeror ability to provide qualified personnel

5.3 At least three references are required. The offeror shall provide at least three references with their past performance.

5.4 Before including any person as a reference, verify the accuracy, currency, and completeness of the reference’s mailing address, e-mail address, and telephone number, and that the reference is willing to cooperate in this evaluation effort. The inability to reach any of an offeror’s references or their unwillingness to provide the requested information may affect the Government’s evaluation capability.

5.5 Offerors must either provide the above information with their proposal or affirmatively state that no past performance history exists.

6.0 CONTRACTOR LOCATIONS AND TRAVEL REQUIREMENTS

6.1 The Agency has employees geographically dispersed across the entire United States and Outside the Continental United States (OCONUS).

6.2 Although the Agency will likely in most cases request the Contractor to conduct electronic investigations (telephone, email, fax), the contractor must have the ability to conduct onsite investigations if required. The determination for the need for either type will be made by the Agency. Onsite investigations to OCONUS locations are not likely, however the Contractor shall provide an onsite investigation to an OCONUS location if the Agency determines based on the sensitivity and severity of the facts in the case warrant such.

6.3 In order to minimize the costs of travel for onsite investigations, the Offeror shall have a full or part-time staff of highly qualified and experienced investigators that is geographically dispersed across the United States. If the Offeror does not have investigators which it either employs on a full time or part time basis, it shall have ready access to a sufficient pool of geographically dispersed, highly qualified and experienced

investigators that can fulfill the requirements identified in Paragraph 5.0 “Contractor’s Location and Travel Requirements” above.

6.4 The Contractor will make every effort to assign investigators to a case which is in a reasonable geographic proximity to the location of the onsite investigation in an effort to minimize the costs of travel expense to the Agency.

6.5 Reasonable travel expenses will be paid through this contract to the Contractor for on-site investigations and will be agreed upon on a case-by-case basis between the Agency and the Contractor.

6.6 All travel requirements will be approved by the government in advance and will be conducted in accordance with the Joint Travel Regulations (JTR).

7.0 SECURITY

7.1 The Offeror shall ensure all Investigators can successfully pass a security background investigation and maintain current security eligibility as investigators will have escorted access to Government and military facilities and access to non-critical sensitive information. The governing regulation is the DoD 5200.2-R, Personnel Security
Program. The Contractor shall be responsible for any background investigations required.

7.2 The Offeror shall have a cadre of Investigators who possess and maintain active
Secret and Top Secret security clearances.

8.0 ADMINISTRATIVE SUPPORT BY THE AGENCY

Administrative support provided to Contractor will be limited to the following:

One copy of the Counselor’s Report and pertinent documents related to the formal filing of complaints.

Assistance with obtaining evidence and statistical information from internal DLA
organizations when prior attempts by the Investigator were unsuccessful

Government Furnished Property – Office space for interviews

Government Furnished Property – Access to copier and fax machines when required

The Contractor is responsible for all administrative, clerical, and photocopying support not provided for above, as well as appropriate sanitation of all documents.

9.0 DELIVERY

9.1 At the conclusion of the investigation and upon development of the Report of Investigation, the Contractor shall return all files and related documents to the servicing EEO Office.

9.2 Delivery of the Report of Investigation shall be made to the servicing EEO Office not later than three (3) calendar days after completion of the Report of Investigation.

9.3 The Agency has six (6) servicing EEO Offices and the DLA organization for which the complaint arose will determine what office is the servicing EEO Office. Report of Investigations shall be delivered to one of the following EEO Offices (mailing addresses will be provided to the successful Offeror upon award of the contract):

DLA Headquarters EEO Operations Division, Fort Belvoir, VA DLA Troop Support, Philadelphia, PA
DLA Aviation, Richmond, VA

DLA Disposition Services/DLA Logistics Information Service, Battle, Creek, MI DLA Distribution, New Cumberland, PA
DLA Land & Maritime, Columbus, OH

9.4 The servicing EEO Office will receive and review the Repot of Investigation for sufficiency within seven (7) calendar days upon receipt. In the event the report of investigation is not sufficient, it will be returned to the Contractor to make appropriate corrections within seven (7) calendar days. An investigation will be deemed complete when the Agency has determined the Report of Investigation is sufficient.

10.0 DELAY IN PROCESSING

10.1 A complete and factually accurate Report of Investigation must be received by the Agency not later than forty-five (45) calendar days of receipt of case assignment/request letter.

10.2. The Contractor shall reduce its price quoted above for each Report of Investigation untimely received by the Agency by the following schedule

If Report of Investigation is 1 to 3 days late Invoice to be paid shall be 97 percent

If Report of Investigation is 4 to 6 days late Invoice to be paid shall be 95 percent

If Report of Investigation is 7 to 10 days late Invoice to be paid shall be 93 percent

If Report of Investigation is 11 days or more Invoice to be paid shall be 90 percent

10.3 To the extent the Contractor is unable to complete the investigation and provide the Report of Investigation in the required timeframe identified above due to delays attributable to the Government, the Contractor must immediately contact the Contracting

Officer Representative (COR). The Contractor shall not be held responsible for delays attributable to the Government.

11.0 INVOICING

The Contractor shall invoice the Government upon completion of each case through Wide Area Workflow (WAWF). In the event a supplemental investigation is required, the contractor shall invoice upon completion of the supplemental investigation including the price for the initial investigation and the supplemental investigation (itemized).

11.1 The invoice will include the DLA Contract Number and period of performance for all CLINSs, DLA Complaint Case Number, type of investigation for example, Individual case – continuing violation, dates of investigation, invoice number and date, contractor’s business address, phone/fax numbers, and email address. The invoice shall also include the payment remittance information.

11.2 The contractor shall make the following headings under the Period of Performance: CLIN Number, Labor Category, Rate Per Hour (if applicable). Each Labor Category shall have its own CLIN number.

11.3 All invoices shall be received by the Agency not later than 20 calendar days of completion of the Investigation and shall be addressed to:

HQs Defense Logistics Agency (DLA) DLA-DO, Room 1127
8725 John J. Kingman Road, Stop 2533
Fort Belvoir, VA 22060-6221

11.4 Invoices will be certified and approved for payment upon notification from the servicing EEO Office that a Report of Investigation is sufficient.

12.0 CONFLICT OF INTEREST

12.1 If for any reason, the DLA Agency/Servicing EEO Office or the Contractor determines a potential or real conflict of interest exists in the Investigation of a DLA complaint by the Contractor, the Contractor or the Agency shall immediately notify the other party. The Contractor shall cease all work until a discussion between the parties is conducted to determine the appropriate course of action going forward. If it is determined that a real conflict exists between a particular Investigator and an Agency witness, the Contractor shall reassign the Investigation to another investigator.

13.0 PROTECTING PERSONALLY IDENTIFIABLE INFORMATION (PII)

13.1 Emails to and from the Contractor must not contain unprotect PII. Any electronic communication that contains PPI must be password protected. The Contractor will be provided a unique password by the servicing EEO Office to secure all electronic documents containing PII. Additionally, the contractor shall be responsible for the protection of PII in their custody at all times including all documents containing PII retained by the contractor after completion of the EEO investigation.

14.0 WITHDRAWAL, DISMISSAL, AND SETTLEMENT
14.1 In the event a complainant withdraws his/her complaint or the complaint is dismissed, or settled prior to the conclusion of the investigation, the Agency shall pay the Contractor their basic per case rate minus the cost for the reproduction of the Report of Investigation and any agreed upon number of copies (if applicable) and/or format the Report of Investigation would have been delivered (e.g. Original hard copy and/or CD copy). All documentation collected and produced to the point of the settlement or withdrawal of the case shall be returned by the Contractor/Investigator to the servicing EEO Office.

15.0 ATTACHMENTS, APPENDICES, AND EXHIBITS

15.1 The applicable pertinent federal regulation and directives are found at 29 Code of
Federal Regulations, Part 1614; and EEOC Management Directive (MD) 110.

http://ecfr.gpoaccess.gov/cgi/t/text/text- idx?c-ecfr&tpl-/ecfrbrowse/Title29/29cffr1614_main_02.tpl

http://www.eeoc.gov/federal/directives/md110/chapter6.html

16.0 PERIOD OF PERFORMANCE

The Period of Performance (PoP) is the following:

Base Year: 30 September 2013 through 29 September 2014
Option Year 1: 30 September 2014 through 29 September 2015
Option Year 2: 30 September 2015 through 29 September 2016
Option Year 3: 30 September 2016 through 29 September 2017
Option Year 4: 30 September 2017 through 29 September 2018

17.0 CONTRACTOR REQUIREMENTS TO ENTER DEFENSE LOGISTIC AGENCY FACILITIES

For on-site investigations, all Investigators must have a photo ID that is accepted by the security personnel to enter any DLA facility and its grounds or buildings. Once contract is awardedtThe Contracting Officer Representative will provide the Contractor with the DLA security Office requirements regarding acceptable photo IDs. Investigators shall arrive not later than 30 minutes prior to a scheduled investigation regardless of where the investigation is located.

Contractors must wear appropriate contractor badges and be escorted through DLA by approved DLA personnel at all times when on a DLA facility, its grounds, or buildings.

Contractors must identify themselves as a DLA Contractor working under a DLA Contract at all times when communicating with any DLA employee or other individual associated with the investigation for he/she is investigating.

Contractors must not speak on behalf of the government at any time before, during, or after an
EEO investigation.

Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22192 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/DO135001/listing.html
OutreachSystems Article Number: 130516/PROCURE/0607
Matching Key Words: documentar*; writ*; copy; technical; procedure?; 

212px-US-DeptOfEnergy-Seal.svgDepartment of Energy, Federal Locations, Western Area Power Administration,

R — Consulting Svcs – Strategic Roadmapping Services DE-SOL-0005617 052013 DD DD, Contract Specialist, Phone 7209627156, Email daly@wapa.gov This is a Combined Synopsis/Solicitation, no other documents shall be provided. Below is the Statement of Objectives:
Background

Western Area Power Administration (Western) in Lakewood, Colorado, is seeking professional consultant services to assist in the development of a Strategic Roadmap to help guide decisions and planning. This Roadmap shall include electricity marketing, transmission services, construction, and maintenance of transmission lines and substations. It shall provide a 10-year future view of the potential strategies for Western continuance in providing premier power marketing and transmission services to customers, as well as contributing toward enhancing America’s energy security and sustaining our nation’s economic vitality.

The purpose of this Statement of Objectives (SOO) is to detail objectives with regard to developing a Strategic Roadmap for Western.

The Contractor shall demonstrate they possess the necessary experience, expertise, working knowledge, and skills to perform all requested work, which includes the analysis necessary to develop business models, plans, and recommendations in support of the development of the Strategic Roadmap.

**Experience working with a Federal Power Marketing Administration is required as well as knowledge and experience in Roadmapping for electric utilities and municipalities**

Objectives or Scope of Effort

The Strategic Roadmap shall be a multi-level analytical tool that arrays desired business outcomes along a timeline with considerations for Corporate Governance, Enterprise Risk, Technology, Financial, and other relevant factors.

Requested is a recommendation with focus on sound business practices and capital investment strategies, which provide options/guidance with regard to more efficient and effective business operations. (I.e. Western)

The concept is anticipated to view any initiative not as an endpoint, but rather as part of a larger process, and make recommendations regarding longer term strategic needs as opposed to the tactical urgency. The recommended process utilized to create this roadmap shall portray the future vision regarding the role and relevancy of Western 10 years into the future, including description of how it got there – rather than defining the steps. The concept shall leverage Western’s strengths and shall offer recommendations to assist Western in being flexible and adaptable to changing market conditions.

This Roadmap shall provide Western with objective recommendations that detail options and guidance for moving forward and possibly aid in the future establishment of the Western-wide strategic and organizational direction, as well as alignment of Western’s long-term value and relevancy to customers, stakeholders, and employees.

Anticipated Outcomes Contained in Roadmap:

• Align governance, organizational structure, and business processes
• Provide a filter and context to facilitate decision making and strategic planning
• Enable employee understanding and seeing the interplay and alignment of capital plans, projects, Operations & Maintenance, governance issues and other strategic initiatives
• Provide a path and destinations to achieve the long-term goals and future desired state
• Identify and address gaps and opportunities in current strategic initiatives, capital plans, policies, procedures, programs, and operations
• Provide a story to tell current customers and stakeholders about Western’s strategy and future plans

Deliverables: Due dates & times TBD after Award

Develop and provide ‘Strategic Roadmap’ (utilizing data collected through collaboration/participation from internal and external stakeholders)
Final Report to document the process in complete detail;
Provide high level written recommendations;
Build the basis for planning.

Options – to be negotiated and priced if requested:

Option 1: May be required to prepare formal presentation and assist in presenting roadmap and strategy to customers, stakeholders, management officials, and employees

Option 2: May be required to provide support to Management in cascading the information to both internal and external customers

Due to fast response time – ‘Questions’ shall be submitted NLT May 16, 2013 by noon – in writing to daly@wapa.gov;

Submission of RFP’s: daly@wapa.gov; NLT May 20, 2013 1pm MT

52.212-2 Evaluation-Commercial Items

EVALUATION-COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award an open market order resulting from this Request for Proposal (RFP) to the responsible offeror whose offer conforming to the RFP will be the best value to the Government, price and other factors considered.
FAR Subpart 2.1-Definitions
2.101 Definitions.
“Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement.

The following factors shall be used to evaluate offers:

Factor 1: Technical Criteria Requirements
1) Expertise/Experience:
The Offeror shall submit:
1) Proposed skill level detailing specific expertise, and experience, as related to development, preparation, and presentation of federal government strategic roadmapping.
2) Technical Approach:

Detail the proposed technical approach for delivery of required final requested ; include any proposed subcontracting support and what activity shall be accomplished by the subcontractor.

Factor 2: Past Performance
Past Performance will be evaluated based on regency (similar/same service support) and relevancy to the requirements as stipulated in the Statement of Objectives.
Required is Past Performance information in conducting strategic roadmapping for other governmental organizations. The Government will evaluate the Past Performance of the Offeror by contacting client references for similar work performed. The Government shall determine how well the Offeror performed the same or similar services under previous Government as well as private sector contracts. Required is a minimum of three (3) client references for Strategic Roadmapping accomplished within the past two (2) years. Current contact information for client references shall be provided within the proposal.
An Offeror that lacks recent and relevant work will be assigned a neutral rating.

Factor 3: Pricing
1) Best Pricing:
Offeror’s shall submit their best pricing as Western intends to award an open market order under the procedures of FAR Part 12 and 13. Western will review the Offeror’s pricing to determine if the proposed pricing is fair and reasonable based on market research, historical awards, and in comparison to other price quotes received. Western reserves the right to reject any quote where the pricing is not fair and reasonable in comparison to the scope of work or appears to be unbalanced.
2) Price Reduction Request:
Western is seeking price reductions from the Offeror with the request for proposal. The Offeror is responsible for including a response in their package submission to indicate they are offering a discount or price reduction into their quoted prices or there is no discount or reduction offered. Prices will be evaluated by comparison to the offeror’s schedule prices and other price quotes received.
As the technical merits of the quotes become more equal, price may become the determining factor.
(b) No Options
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)

52.212-4 Contract Terms and Conditions – Commercial Items. (FEB 2012) 2
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011) 7
52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012) 7
52.204-13 Central Contractor Registration Maintenance (DEC 2012) 8
52.217-8 Option to Extend Services. (NOV 1999) 9
52.222-17 Nondisplacement of Qualified Workers. (JAN 2013) 9
52.227-14 Rights in Data–General. (DEC 2007) 13
52.252-2 Clauses Incorporated by Reference. (FEB 1998) 17
952.242-70 Technical Direction. (DEC 2000) 17
DOE-G-1007 Contracting Officer’s Representative 18
WES-G-1001 CORRESPONDENCE PROCEDURES (WAPA, JAN 2008) 18
WES-G-1003 ASSIGNED CONTRACTING OFFICER (WAPA, JAN 2008) 18
WES-G-1004 CONTRACTOR’S CONTRACT ADMINISTRATION (WAPA, FEB 2008) 19
DOE-H-1052 Lobbying Restriction (Energy and Water Development and Related Agencies Appropriations Act, 2010) 19
WES-H-1003 STATE OF COLORADO TAX EXEMPTION (WAPA, FEB 2008) 19
WES-H-1014 LABOR HOUR CONTRACT (WAPA, FEB 2008) 19
WES-H-1018 REQUIREMENT FOR SIGNED, PAPER DOCUMENTS (WAPA, SEP 2011) 19
WES-H-1022 INDEMNITY (WAPA, FEB 2008) 20
WES-H-1023 REQUIRED INSURANCE (WAPA, FEB 2008) 20
WES-H-1031 FOREIGN VISITORS AND CONTRACT EMPLOYEES (WAPA, MAY 2005) 20
WES-H-1048 LIMITATION OF COSTS RESULTING FROM SUBCONTRACTING PRICE ADJUSTMENTS (WAPA, FEB 2008) 20
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. (JAN 2013) 21
52.212-1 Instructions to Offerors – Commercial Items. (FEB 2012) 26
52.216-1 Type of Contract. (APR 1984) 30
WES-L-1002 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, SEP 2011) 30
WES-L-1012 QUESTIONS CONCERNING THE SOLICITATION (WAPA, MAR 2002) 30

52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012) 31

52.212-4 Contract Terms and Conditions – Commercial Items. (FEB 2012)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -(1) Within a reasonable time after the defect was discovered or should have been discovered; and

(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include–

(i) Name and address of the Contractor;

(ii) Invoice date and number;

(iii) Contract number, contract line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of person to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer–Other Than Central Contractor Registration), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

(i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall–

(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the–

(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);

(B) Affected contract number and delivery order number, if applicable;

(C) Affected contract line item or subline item, if applicable; and

(D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if–

(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;

(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or

(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).

(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:

(A) The date fixed under this contract.

(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on–

(A) The date on which the designated office receives payment from the Contractor;

(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or

(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.

(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(l) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order:

(1) The schedule of supplies/services.

(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause.

(3) The clause at 52.212-5.

(4) Addenda to this solicitation or contract, including any license agreements for computer software.

(5) Solicitation provisions if this is a solicitation.

(6) Other paragraphs of this clause.

(7) The Standard Form 1449.

(8) Other documents, exhibits, and attachments.

(9) The specification.

(t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’swritten notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (End of clause)

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011)

(a) Definitions. As used in this clause -

“Postconsumer fiber” means-(1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or

(2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not

(3) Fiber derived from printers’ over-runs, converters’ scrap, and over-issue publications.

(b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of clause)

52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012)

(a) Definition. Data Universal Numbering System (DUNS) number, as used in this clause, means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.

(b) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-

(1) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(2) If located outside the United States, by contacting the local Dun and Bradstreet office. (End of clause)

52.204-13 Central Contractor Registration Maintenance (DEC 2012)

(a) Definitions. As used in this clause-

Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government.

Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.

Data Universal Numbering System+4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern.

Registered in the CCR database means that-

(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and

(2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process.

(b) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(c)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day’swritten notification of its intention to-

(A) Change the name in the CCR database;

(B) Comply with the requirements of subpart 42.12 of the FAR; and

(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor’s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the EFT clause of this contract.

(3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-

(i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.

(d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov. (End of clause)

52.217-8 Option to Extend Services. (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by writtennotice to the Contractor within thirty days (30) of contract expiration date.
(End of clause)

52.222-17 Nondisplacement of Qualified Workers. (JAN 2013)

(a) Service employee, as used in this clause, means any person engaged in the performance of a service contract other than any person employed in a bona fide executive, administrative, or professional capacity, as those terms are defined in 29 CFR part 541. The term “service employee” includes all such persons regardless of any contractual relationship that may be alleged to exist between a contractor or subcontractor and such persons.

(b) The Contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those service employees employed under the predecessor contract whose employment will be terminated as a result of award of this contract or the expiration of the contract under which the service employees were hired, a right of first refusal of employment under this contract in positions for which the service employees are qualified.

(1) The Contractor and its subcontractors shall determine the number of service employees necessary for efficient performance of this contract and may elect to employ fewer employees than the predecessor Contractor employed in connection with performance of the work.

(2) Except as provided in paragraph (c) of this clause, there shall be no employment opening under this contract, and the Contractor and any subcontractors shall not offer employment under this contract, to any person prior to having complied fully with this obligation.

(i) The successor Contractor and its subcontractors shall make a bona fide express offer of employment to each service employee as provided herein and shall state the time within which the service employee must accept such offer, but in no case shall the period within which the service employee must accept the offer of employment be less than 10 days.

(ii) The successor Contractor and its subcontractors shall decide any question concerning a service employee’s qualifications based upon the individual’s education and employment history, with particular emphasis on the employee’s experience on the predecessor contract, and the Contractor may utilize employment screening processes only when such processes are provided for by the contracting agency, are conditions of the service contract, and are consistent with Executive Order 13495.

(iii) Where the successor Contractor does not initially offer employment to all the predecessor contract service employees, the obligation to offer employment shall continue for 90 days after the successor contractor’s first date of performance on the contract.

(iv) An offer of employment will be presumed to be bona fide even if it is not for a position similar to the one the employee previously held, but is one for which the employee is qualified, and even if it is subject to different employment terms and conditions, including changes to pay or benefits. (See 29 CFR 9.12 for a detailed description of a bonafide offer of employment).

(c)(1) Notwithstanding the obligation under paragraph (b) of this clause, the successor Contractor and any subcontractors (i) may employ under this contract any service employee who has worked for the contractor or subcontractor for at least three months immediately preceding the commencement of this contract and who would otherwise face lay-off or discharge, (ii) are not required to offer a right of first refusal to any service employee(s) of the predecessor contractor who are not service employees within the meaning of the Service Contract Act, 41 U.S.C. 6701(3), and (iii) are not required to offer a right of first refusal to any service employee(s) of the predecessor contractor whom the Contractor or any of its subcontractors reasonably believes, based on the particular service employee’s past performance, has failed to perform suitably on the job (see 29 CFR 9.12(c)(4) for additional information). The successor Contractor bears the responsibility of demonstrating the appropriateness of claiming any of these exceptions.

(2) In addition, any Contractor or subcontractor that has been certified by the U.S. Small Business Administration as a HUBZone small business concern must ensure that it complies with the statutory and regulatory requirements of the HUBZone Program (e.g., it must ensure that at least 35 percent of all of its employees reside within a HUBZone). The HUBZone small business Contractor or subcontractor must consider whether it can meet the requirements of this clause and Executive Order 13495 while also ensuring it meets the HUBZone Program’s requirements.

(3) Nothing in this clause shall be construed to permit a Contractor or subcontractor to fail to comply with any provision of any other Executive order or law. For example, the requirements of the HUBZone Program (see FAR subpart 19.13), Executive Order 11246 (Equal Employment Opportunity), and the Vietnam Era Veterans’ Readjustment Assistance Act of 1974 may conflict, in certain circumstances, with the requirements of Executive Order 13495. All applicable laws and Executive orders must be satisfied in tandem with, and if necessary prior to, the requirements of Executive Order 13495, 29 CFR part 9, and this clause.

(d)(1) The Contractor shall, not less than 30 days before completion of the Contractor’s performance of services on the contract, furnish the Contracting Officer with a certified list of the names of all service employees working under this contract and its subcontracts at the time the list is submitted. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts with either the current or predecessor contractors or their subcontractors. Where changes to the workforce are made after the submission of the certified list described in this paragraph, the Contractor shall, in accordance with paragraph (e) of this clause, not less than 10 days before completion of the services on this contract, furnish the Contracting Officer with an updated certified list of the names of all service employees employed within the last month of contract performance. The updated list shall also contain anniversary dates of employment, and, where applicable, dates of separation of each service employee under the contract and its predecessor contracts with either the current or predecessor Contractors or their subcontractors.

(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of the predecessor contractor or subcontractors or their authorized representatives.

(3) The Contracting Officer will direct the predecessor Contractor to provide written notice (Appendix B to 29 CFR chapter 9) to service employees of their possible right to an offer of employment with the successor contractor. Where a significant portion of the predecessor Contractor’s workforce is not fluent in English, the notice shall be provided in English and the language(s) with which service employees are more familiar. Thewritten notice shall be-

(i) Posted in a conspicuous place at the worksite; or

(ii) Delivered to the service employees individually. If such delivery is via email, the notification must result in an electronic delivery receipt or some other reliable confirmation that the intended recipient received the notice.

(e)(1) If required in accordance with 52.222-41(n), the predecessor Contractor shall, not less than 10 days before completion of this contract, furnish the Contracting Officer a certified list of the names of all service employees working under this contract and its subcontracts during the last month of contract performance. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts either with the current or predecessor Contractors or their subcontractors. If there are no changes to the workforce before the predecessor contract is completed, then the predecessor Contractor is not required to submit a revised list 10 days prior to completion of performance and the requirements of 52.222-41(n) are met. When there are changes to the workforce after submission of the 30-day list, the predecessor Contractor shall submit a revised certified list not less than 10 days prior to performance completion.

(2) Immediately upon receipt of the certified service employee list but not before contract award, the contracting officer shall provide the certified service employee list to the successor contractor, and, if requested, to employees of the predecessor contractor or subcontractors or their authorized representatives.

(f) The Contractor and subcontractor shall maintain the following records (regardless of format, e.g., paper or electronic) of its compliance with this clause for not less than a period of three years from the date the records were created.

(1) Copies of any written offers of employment or a contemporaneous written record of any oral offers of employment, including the date, location, and attendance roster of any service employee meeting(s) at which the offers were extended, a summary of each meeting, a copy of any written notice that may have been distributed, and the names of the service employees from the predecessor contract to whom an offer was made.

(2) A copy of any record that forms the basis for any exemption claimed under this part.

(3) A copy of the service employee list provided to or received from the contracting agency.

(4) An entry on the pay records of the amount of any retroactive payment of wages or compensation under the supervision of the Administrator of the Wage and Hour Division to each service employee, the period covered by such payment, and the date of payment, and a copy of any receipt form provided by or authorized by the Wage and Hour Division. The Contractor shall also deliver a copy of the receipt to the service employee and file the original, as evidence of payment by the Contractor and receipt by the service employee, with the Administrator or an authorized representative within 10 days after payment is made.

(g) Disputes concerning the requirements of this clause shall not be subject to the general disputes clause (52.233-1) of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR part 9. Disputes within the meaning of this clause include disputes between or among any of the following: The Contractor, the contracting agency, the U.S. Department of Labor, and the service employees under the contract or its predecessor contract. The Contracting Officer will refer any service employee who wishes to file a complaint, or ask questions concerning this contract clause, to the: Branch of Government Contracts Enforcement, Wage and Hour Division, U.S. Department of Labor, 200 Constitution Avenue NW., Washington, DC 20210. Contact email:
displaced@dol.gov.

(h) The Contractor shall cooperate in any review or investigation by the Department of Labor into possible violations of the provisions of this clause and shall make such records requested by such official(s) available for inspection, copying, or transcription upon request.

(i) If it is determined, pursuant to regulations issued by the Secretary of Labor (Secretary), that the Contractor or its subcontractors are not in compliance with the requirements of this clause or any regulation or order of the Secretary, appropriate sanctions may be imposed and remedies invoked against the Contractor or its subcontractors, as provided in Executive Order 13495, the regulations, and relevant orders of the Secretary, or as otherwise provided by law.

(j) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for noncompliance. However, if the Contractor, as a result of such direction, becomes involved in litigation with a subcontractor, or is threatened with such involvement, the Contractor may request that the United States, through the Secretary, enter into such litigation to protect the interests of the United States.

(k) The Contracting Officer will withhold, or cause to be withheld, from the prime Contractor under this or any other Government contract with the same prime Contractor, such sums as an authorized official of the Department of Labor requests, upon a determination by the Administrator, the Administrative Law Judge, or the Administrative Review Board, that there has been a failure to comply with the terms of this clause and that wages lost as a result of the violations are due to service employees or that other monetary relief is appropriate. If the Contracting Officer or the Administrator, upon final order of the Secretary, finds that the Contractor has failed to provide a list of the names of service employees working under the contract, the Contracting Officer may, in his or her discretion, or upon request by the Administrator, take such action as may be necessary to cause the suspension of the payment of contract funds until such time as the list is provided to the Contracting Officer.

(l) Subcontracts. In every subcontract over the simplified acquisition threshold entered into in order to perform services under this contract, the Contractor shall include a provision that ensures-

(1) That each subcontractor will honor the requirements of paragraphs (b) through (c) of this clause with respect to the service employees of a predecessor subcontractor or subcontractors working under this contract, as well as of a predecessor Contractor and its subcontractors;

(2) That the subcontractor will provide the Contractor with the information about the service employees of the subcontractor needed by the Contractor to comply with paragraphs (d) and (e) of this clause; and (3) The recordkeeping requirements of paragraph (f) of this clause. (End of clause)
52.227-14 Rights in Data–General. (DEC 2007)

(a) Definitions. As used in this clause–

“Computer database” or “database” means a collection of recorded information in a form capable of, and for the purpose of, being stored in, processed, and operated on by a computer. The term does not include computer software.

“Computer software” –

(1) Means (i) Computer programs that comprise a series of instructions, rules, routines, or statements, regardless of the media in which recorded, that allow or cause a computer to perform a specific operation or series of operations; and

(ii) Recorded information comprising source code listings, design details, algorithms, processes, flow charts, formulas, and related material that would enable the computer program to be produced, created, or compiled.

(2) Does not include computer databases or computer software documentation.

“Computer software documentation” means owner’s manuals, user’s manuals, installation instructions, operating instructions, and other similar items, regardless of storage medium, that explain the capabilities of the computer software or provide instructions for using the software.

“Data” means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information.

“Form, fit, and function data” means data relating to items, components, or processes that are sufficient to enable physical and functional interchangeability, and data identifying source, size, configuration, mating and attachment characteristics, functional characteristics, and performance requirements. For computer software it means data identifying source, functional characteristics, and performance requirements but specifically excludes the source code, algorithms, processes, formulas, and flow charts of the software.

“Limited rights” means the rights of the Government in limited rights data as set forth in the Limited Rights Notice of paragraph (g)(3) if included in this clause.

“Limited rights data” means data, other than computer software, that embody trade secrets or are commercial or financial and confidential or privileged, to the extent that such data pertain to items, components, or processes developed at private expense, including minor modifications.

“Restricted computer software” means computer software developed at private expense and that is a trade secret, is commercial or financial and confidential or privileged, or is copyrighted computer software, including minor modifications of the computer software.

“Restricted rights,” as used in this clause, means the rights of the Government in restricted computer software, as set forth in a Restricted Rights Notice of paragraph (g) if included in this clause, or as otherwise may be provided in a collateral agreement incorporated in and made part of this contract, including minor modifications of such computer software.

“Technical data, ” means recorded information (regardless of the form or method of the recording) of a scientific or technical nature (including computer databases and computer software documentation). This term does not include computer software or financial, administrative, cost or pricing, or management data or other information incidental to contract administration. The term includes recorded information of a scientific ortechnical nature that is included in computer databases (See 41 U.S.C. 403(8)).

“Unlimited rights” means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so.

(b) Allocation of rights. (1) Except as provided in paragraph (c) of this clause, the Government shall have unlimited rights in–

(i) Data first produced in the performance of this contract;

(ii) Form, fit, and function data delivered under this contract;

(iii) Data delivered under this contract (except for restricted computer software) that constitute manuals or instructional and training material for installation, operation, or routine maintenance and repair of items, components, or processes delivered or furnished for use under this contract; and

(iv) All other data delivered under this contract unless provided otherwise for limited rights data or restricted computer software in accordance with paragraph (g) of this clause.

(2) The Contractor shall have the right to–

(i) Assert copyright in data first produced in the performance of this contract to the extent provided in paragraph (c)(1) of this clause;

(ii) Use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, unless provided otherwise in paragraph (d) of this clause;

(iii) Substantiate the use of, add, or correct limited rights, restricted rights, or copyright notices and to take other appropriate action, in accordance with paragraphs (e) and (f) of this clause; and

(iv) Protect from unauthorized disclosure and use those data that are limited rights data or restricted computer software to the extent provided in paragraph (g) of this clause.

(c) Copyright–

(1) Data first produced in the performance of this contract. (i) Unless provided otherwise in paragraph (d) of this clause, the Contractor may, without prior approval of the Contracting Officer, assert copyright in scientific and technical articles based on or containing data first produced in the performance of this contract and published in academic, technical or professional journals, symposia proceedings, or similar works. The prior, express written permission of the Contracting Officer is required to assert copyright in all other data first produced in the performance of this contract.

(ii) When authorized to assert copyright to the data, the Contractor shall affix the applicable copyright notices of 17 U.S.C. 401 or 402, and an acknowledgment of Government sponsorship (including contract number).

(iii) For data other than computer software, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license in such copyrighted data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly by or on behalf of the Government. For computer software, the Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license in such copyrighted computer software to reproduce, prepare derivative works, and perform publicly and display publicly (but not to distribute copies to the public) by or on behalf of the Government.

(2) Data not first produced in the performance of this contract. The Contractor shall not, without the prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract unless the Contractor–

(i) Identifies the data; and

(ii) Grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause or, if such data are restricted computer software, the Government shall acquire a copyright license as set forth in paragraph (g)(4) of this clause (if included in this contract) or as otherwise provided in a collateral agreement incorporated in or made part of this contract.

(3) Removal of copyright notices. The Government will not remove any authorized copyright notices placed on data pursuant to this paragraph (c), and will include such notices on all reproductions of the data.

(d) Release, publication, and use of data. The Contractor shall have the right to use, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract, except–

(1) As prohibited by Federal law or regulation (e.g., export control or national security laws or regulations);

(2) As expressly set forth in this contract; or

(3) If the Contractor receives or is given access to data necessary for the performance of this contract that contain restrictive markings, the Contractor shall treat the data in accordance with such markings unless specifically authorized otherwise in writing by the Contracting Officer.

(e) Unauthorized marking of data. (1) Notwithstanding any other provisions of this contract concerning inspection or acceptance, if any data delivered under this contract are marked with the notices specified in paragraph (g)(3) or (g) (4) if included in this clause, and use of the notices is not authorized by this clause, or if the data bears any other restrictive or limiting markings not authorized by this contract, the Contracting Officer may at any time either return the data to the Contractor, or cancel or ignore the markings. However, pursuant to 41 U.S.C. 253d, the following procedures shall apply prior to canceling or ignoring the markings.

(i) The Contracting Officer will make written inquiry to the Contractor affording the Contractor 60 days from receipt of the inquiry to provide written justification to substantiate the propriety of the markings;

(ii) If the Contractor fails to respond or fails to provide written justification to substantiate the propriety of the markings within the 60-day period (or a longer time approved in writing by the Contracting Officer for good cause shown), the Government shall have the right to cancel or ignore the markings at any time after said period and the data will no longer be made subject to any disclosure prohibitions.

(iii) If the Contractor provides written justification to substantiate the propriety of the markings within the period set in paragraph (e)(1)(i) of this clause, the Contracting Officer will consider such written justification and determine whether or not the markings are to be cancelled or ignored. If the Contracting Officer determines that the markings are authorized, the Contractor will be so notified in writing. If the Contracting Officer determines, with concurrence of the head of the contracting activity, that the markings are not authorized, the Contracting Officer will furnish the Contractor a written determination, which determination will become the final agency decision regarding the appropriateness of the markings unless the Contractor files suit in a court of competent jurisdiction within 90 days of receipt of the Contracting Officer’s decision. The Government will continue to abide by the markings under this paragraph (e)(1)(iii) until final resolution of the matter either by the Contracting Officer’s determination becoming final (in which instance the Government will thereafter have the right to cancel or ignore the markings at any time and the data will no longer be made subject to any disclosure prohibitions), or by final disposition of the matter by court decision if suit is filed.

(2) The time limits in the procedures set forth in paragraph (e)(1) of this clause may be modified in accordance with agency regulations implementing the Freedom of Information Act (5 U.S.C. 552) if necessary to respond to a request thereunder.

(3) Except to the extent the Government’s action occurs as the result of final disposition of the matter by a court of competent jurisdiction, the Contractor is not precluded by paragraph (e) of the clause from bringing a claim, in accordance with the Disputes clause of this contract, that may arise as the result of the Government removing or ignoring authorized markings on data delivered under this contract.

(f) Omitted or incorrect markings. (1) Data delivered to the Government without any restrictive markings shall be deemed to have been furnished with unlimited rights. The Government is not liable for the disclosure, use, or reproduction of such data.

(2) If the unmarked data has not been disclosed without restriction outside the Government, the Contractor may request, within 6 months (or a longer time approved by the Contracting Officer in writing for good cause shown) after delivery of the data, permission to have authorized notices placed on the data at the Contractor’s expense. The Contracting Officer may agree to do so if the Contractor–

(i) Identifies the data to which the omitted notice is to be applied;

(ii) Demonstrates that the omission of the notice was inadvertent;

(iii) Establishes that the proposed notice is authorized; and

(iv) Acknowledges that the Government has no liability for the disclosure, use, or reproduction of any data made prior to the addition of the notice or resulting from the omission of the notice.

(3) If data has been marked with an incorrect notice, the Contracting Officer may–

(i) Permit correction of the notice at the Contractor’s expense if the Contractor identifies the data and demonstrates that the correct notice is authorized; or

(ii) Correct any incorrect notices.

(g) Protection of limited rights data and restricted computer software. (1) The Contractor may withhold from delivery qualifying limited rights data or restricted computer software that are not data identified in paragraphs (b)(1)(i), (ii), and (iii) of this clause. As a condition to this withholding, the Contractor shall–

(i) Identify the data being withheld; and

(ii) Furnish form, fit, and function data instead.

(2) Limited rights data that are formatted as a computer database for delivery to the Government shall be treated as limited rights data and not restricted computer software.

(3) (Reserved)

(h) Subcontracting. The Contractor shall obtain from its subcontra
OutreachSystems Article Number: 130515/PROCURE/0066
Matching Key Words: writ*; copy; technical; standard; operating; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE)150px-AMC_dui requirement. W91CRB-13-R-0048 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $2.5 million

Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. $14 million.

The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.

The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis studies relating to Aircraft Systems, including a broad spectrum of special programs; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.

A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.

Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541690.
a. Provide your business size for (NAICS) code 541690, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541690.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.
Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/3e3ec4f306dea1331544719a8a5151c6
OutreachSystems Article Number: 130515/PROCURE/0532
Matching Key Words: documentar*; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRB-13-R-0049 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $3 million

Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services. $14 million.

The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.

The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis research; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.

A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.

Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541611.
a. Provide your business size for (NAICS) code 541611, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541611.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.

Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/61c8067f98803ee2928f7741485b92f5
OutreachSystems Article Number: 130515/PROCURE/0533
Matching Key Words: documentar*; 


Department of the Air Force, Direct Reporting Unit – AFPC/SVC, AFPC/SVC – AFNAFPO, 2261 Hughes Ave Ste #156 Lackland AFB TX 78236-9854

99 — High Adventure & Outdoor Recreation F41999-13-I-7008 060313 Annie Flores, Contract Specialist, Phone 210-395-7831, Email Gloria.Flores@us.af.mil – Mignon Tolbert, Contract Specialist, Phone 210-395-7828, Fax 210-395-7819, Email Mignon.Tolbert@us.af.mil This is a Request for Information (RFI) only. Modified 14 May 2013 to include attachment.

This RFI is issued by the Air Force Nonappropriated Fund Purchasing Office (AFNAFPO). All requirements, solicitations and subsequent contracts, if any, awarded through356px-Seal_of_the_US_Air_Force.svg AFNAFPO area funded wholly with Nonappropriated funds. These funds are generated through user fees and charges at Air Force morale, welfare, and recreation (MWR) programs worldwide. THEY ARE NOT APPROPRIATIONS FROM CONGRESS OR “TAXPAYER” DOLLARS.

The Air Force Personnel Center Services Directorate (AFPC/SV)  seeks information and pricing to obtain and sustain a High Adventure and Outdoor Recreation program at a corporate level. AFPC/SV is particularly interested in gathering information regarding a solution that allows a partnership for paid and unpaid programs or events; however, AFPC/SV will accept information on any similar viable solutions. AFPC requests information and pricing for a complete solution to  include by not limited to: hardware/equipment, operating solutions, any licensing or installation of equipment, training, marketing and/or any maintenance and support. Responses should include any standard maintenance, warranty packages, software or video content updates and price. Responses may include industry standars, benchmarks, and best practice information regarding high adventure and outdoor recreation programs.

Basic Need: The AFPC/SV is seeking information on High Adventure and Outdoor Recreational programs offering more convenient, cost-effective recreational programs. Information is sought on solutions which meet the following minimum criteria:

- Enables military families, group or individual events/programs with or without instruction, i.e. camping, hiking, white water rafting, kayaking, biking, rock climbing, fishing, horseback riding, overnight boating tours, etc.

- Provide a high quality informational video, content to include a number of programs currently offered.

- Offer beginner, intermediate, and advanced level programs/events.

- Solution must include all support equipment or hardware, any software and video content required, to be fully operational. This will include at a minimum: information kiosk, projector and screen, speakers, class video instruction, video updates, software and software updates.

- A pricing module to include kiosk maintenance and support, installation and warranty.

Respondents Replies to RFI:
- To maintain consistency and equality in this process, vendors are requested to use Electronic submissions only. Microsoft Word or PDF file will be the only acceptable formats for responses.

AFPC will not provide reimbursement for any expenses incurred in connection to this RFI including cost of preparing a response, providing any additional information, or preparing/presenting a demonstration.

Place of Performance: **POC information for RFI only. Location for services would be Air Force wide.** AFPC/SVCSB 2261 Hughes Ave, Ste 156 JBSA Lackland, TX 78236-9854 US URL:https://www.fbo.gov/spg/USAF/AFSVA/AFNAFPO/F41999-13-I-7008/listing.html
OutreachSystems Article Number: 130515/PROCURE/0709
Matching Key Words: video*; train*; event?; instruct*; 

600px-US-DeptOfLabor-Seal.svgDepartment of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov AMENDMENT STARTS

Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.

AMENDMENT FINISH.

The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than  June 3,  2013 at 3pm EST.

PLEASE SEE ATTACHED FOR THE SOLICITATION ONLY IN THIS ANNOUNCEMENT.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.

I will not be accepting anymore Past Performance Questionnaires.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130514/PROCURE/0512
Matching Key Words: writ*; technical; standard; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Lorena Aslan 817-850-8407 GS07F264AA $500,000 052013 541 2,541 4B140px-US-GeneralServicesAdministration-Logo.svg THREE ROADS COMMUNICATIONS, INC. 5346B BALLENGER CREEK PIKE FREDERICK MD USA 21703-2828 No Description Provided
URL: https://www.fbo.gov/notices/18e9fd6107a7967d6655a5070bc8a1fa
OutreachSystems Article Number: 130521/AWARDS/0602
Matching Key Words: naics!512110; 

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Sea Systems Command, NUWC Division Newport, N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI

T–”Virtual Studio” and Multi-Media Digital Assets N6660413R0880 Pamela J. Sheehan-McGuire, 401-832-1834, Email: pamela.sheehanmcguir@navy.mil N6660413P0880 $149,233.63 051613 All Splice Media (DUNS 182107479) 1338 N Formosa Ave, Los Angeles, CA 90046-4406 CLIN 0001 Media Lab Integration, 1 Job
CLIN 0002 Media Management, 1 Job.
URL: https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660413R0880/listing.html
OutreachSystems Article Number: 130519/AWARDS/0704
Matching Key Words: naics!512110;

Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 – 3rd Floor San Diego, CA

69–ACQUISITION OF AUDIO VISUAL SYSTEM FOR VIRTUAL SIMULATION ROOMS. N0024413R0026 Jack Faulkner 619-556-6937 Fleet Logistics Center San600px-US-DeptOfNavy-Seal.svg Diego N0024413C0013 $197886 051613 0001 MECHDYNE CORPORATION (DUNS 968974766) 11 EAST CHURCH STREET SUITE 400 MARSHALLTOWN IA 50158-5011 Installation of two identical Audio Visual Systems in adjacent classrooms used for medical simulation training of San Diego area medical personnel. The systems will be used to create realistic background images, videos and sounds to help immerse trainees into feeling that they are opperating in an environment other than a closed classroom setting.
URL: https://www.fbo.gov/spg/DON/NAVSUP/200/Awards/N0024413C0013.html
OutreachSystems Article Number: 130517/AWARDS/0875
Matching Key Words: video*; train*; 

VADepartment of Veterans Affairs, VA National Cemetery Administration Construction Support Division, VA National Cemetery Administration, Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001

99–National Cemetery Administration Interpretive Signage for Civil War-Era Cemeteries VA786A13R0004 EVENEL JEAN-JACQUES CONTRACT SPECIALIST VA786A-13-C-0018 $378,075.37 050813 ALL ITEMS CULTURAL RESOURCE ANALYSTS INC;151 WALTON AVE;LEXINGTON;KY;405082315 No Description Provided
URL: https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/Awards/VA786A-13-C-0018.html
OutreachSystems Article Number: 130514/AWARDS/0742
Matching Key Words: state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/

PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net
T — ULSG AV Production - Mod 0002 SOL P13PS00734 Description ULSG AV Production - Mod 0002 Overview Reference number: P13PS00734 Issue date: 05/14/2013 Response due: 05/23/2013 03:00 PM ET Set Aside: Total Small Business NAICS: 512110-Motion Picture and Video Production PSC / FSC: T006-PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODU Agency: DOI Contracting office: NPS, HFC – Acquisition Management 230 Zachary Taylor Street P.O. Box 50 Harpers Ferry, WV 25425 Place of Performance: Contact: PAMELA BLAYLOCK Phone: 304-535-6482 Fax: 304-535-4141 Email: pamela_blaylock@nps.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130515/SMALL/7783
Matching Key Words: video*; film?; produc*; conference?; business*; production?; 

USABID State and Local Purchases

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2348.0Warren Court Demo and Abatement Addendum #1Plans SOL CCK-1879-13 Project # 2348.0Warren Court Demo and AbatementAddendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130519/BID/0234
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

T – Printing of Stationary and Business Cards SOL IFB-3063-0-2013/KBM Printing of Stationary and Business Cards For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0347
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Relocate Communications DuctbankAttachment AAttachment
BAttachme SOL CCK-1882-13 Relocate Communications DuctbankAttachment AAttachment BAttachment CAttachment D Addendum #1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0349
Matching Key Words: age:state!ky; state!ky; 


Michigan Inter-governmental Trade Network (MITN) Purchasing System http://www.mitn.info/Bids/ViewOpenSolicitations.asp Serving the purchasing needs of more than 90 local agencies across the state of Michigan.

99 – Kentucky Bluegrass Sod SOL Kentucky Bluegrass Sod For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0652
Matching Key Words: state!ky; 


Texas – Texas Marketplace-Electronic State and Local Business Daily http://esbd.cpa.state.tx.us/newbidshow.cfm The Texas Marketplace – Electronic State Business Daily; PO Box 12728; Austin, TX 78711 Phone: 512-936-0236 Fax: 512-936-0440

99 – TEXAS TECH UNIVERSITY, Big Screen Video Spot Production SOL Agency Requisition Number: 2013-547 TEXAS TECH UNIVERSITY, Big Screen Video Spot Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0973
Matching Key Words: video*; produc*; production?; 


Texas – Texas Tech University https://suppliers.sciquest.com/texastech/Rfx/BidOpp_List.aspx                                                                                                                                           Purchasing & Contracting; Mail Stop 41094; Lubbock, TX 79409-1094; (806) 742-3844
99 – 2013-547: Big Screen Video Spot Production SOL 2013-547: Big Screen Video Spot Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130516/BID/0989
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – TO PROCURE SERVICE OF IFTA RETURN PROCESSING RFP : 1300000369 SOL TO PROCURE SERVICE OF IFTA RETURN PROCESSING RFP : 1300000369 Office Of The Controller Susan Noland Info Technology Request for Proposals(RFP) Published On : 5/10/13 Amended On : Closing On : 6/19/13 3:30 PM EDT Time Left: 37 Days, 03:48:42 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130514/BID/0003
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – KET GED GRAPHIC ARTIST RFP : 1300000362 Kentucky Educat SOL KET GED GRAPHIC ARTIST RFP : 1300000362 Kentucky Educational Television Request for Proposals(RFP) Published On : 5/10/13 Amended On : Closing On : 5/17/13 4:30 PM EDT Time Left: 4 Days, 04:46:48 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130514/BID/0007
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svgDOD AWARDED CONTRACTS

NAVY

Exelis, Inc., Clifton, N.J., is being awarded a $125,724,964 modification to a previously awarded firm-fixed-price production contract (N00019-12-C-0002) to exercise an600px-US-DeptOfNavy-Seal.svg option for the manufacture and delivery of 62 AN/ALQ-214(V)4 On-Board Jammer Systems, under Full Rate Production Lot 10, for installation on the F/A-18 aircraft.  Work will be performed in Clifton, N.J. (31 percent); San Jose, Calif. (26 percent); San Diego, Calif. (11 percent); Rancho Cordova, Calif. ( 5 percent);  Mountain View, Calif. (4 percent); Hudson, N.H. (2 percent); West Springfield, Mass. (2 percent); and various locations within the United States (19 percent); and is expected to be completed in November 2015.  Fiscal 2012 and 2013 Aircraft Procurement Navy  funds in the amount of $125,724,964 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

L-3 Communications Corp., Madison, Miss., is being awarded a $53,002,714 indefinite-delivery requirements contract for logistics services support of the TH-57 aircraft fleet.  Services to be provided include repair and/or overhaul of aircraft, engines, avionics and related components.  Work will be performed at Naval Air Station Whiting Field, Milton, Fla., and is expected to be completed in June 2014.  No funds are being obligated at time of award.  Funds will be obligated against individual delivery orders as they are issued.  This contract was competitively procured via electronic request for proposals; five offers were received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0007).

BAE Systems U.S. Combat Systems, Minneapolis, Minn., is being awarded a $15,350,000 modification to previously awarded contract (N00024-09-C-4137) for manufacture and delivery of propulsor systems in support of the Virginia-class submarine requirements.  Work will be performed in Louisville, Ky., and is expected to be completed by May 2015.  Fiscal 2013 Shipbuilding and Conversion, Navyfunding in the amount of $15,350,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

International Marine and Industrial Applicators LLC, Bremerton, Wash., is being awarded a $12,512,448 modification to previously awarded indefinite-delivery/indefinite-quantity contract (N4523A-12-D-0003) to execute delivery order (0005) for the procurement of long-lead time material in support of the CVN 74 docking planned incremental availability.  Work will be performed in Bremerton, Wash., and is expected to be completed by June 2014.  Fiscal 2013 Operations and Maintenance, Navy funding in the amount of $12,512,448 will be obligated at time of award, and the contract funds will expire at the end of the current fiscal year.  Puget Sound Naval Shipyard, Bremerton, Wash., is the contracting activity.

Insitu, Inc., Bingen, Wash., is being awarded a $7,921,386 delivery order against a previously issued basic ordering agreement (N00019-12-G-0008) for field service representatives in support of the Scan Eagle Unmanned Aerial Systems.  Work will be performed in Bingen, Wash., and is expected to be completed in September 2013.  Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $7,921,386 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Department of the ArmyARMY

CUBIC Applications Inc., San Diego, Calif., was awarded a $75,756,647 modification (P00135), to a previously awarded cost-plus-award-fee contract (W911S0-07-C-0007), for combat training services in support of the Joint Readiness Training Center at Fort Polk, La.  The cumulative total face value of this contract is $680,548,301.  A combination of fiscal 2013 Operations and Maintenance funds and fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Fort Polk, La., is the contracting activity.

Jorge Scientific Corp., Arlington, Va., was awarded a $45,202,735 modification (P00015), to a previously awarded cost-plus-fixed-fee, Foreign Military Sales (FMS) contract (W911QX-12-C-0011), for the design and development of new doctrine and training methodologies for the Legacy Program.  This FMS contract is in support of Afghanistan.  The cumulative total face value of this contract is $175,629,240.  Work will be performed in Afghanistan.  Fiscal 2013 Procurement funds in the amount of $16,557,000 are being obligated on this award.  The Army Contracting Command, Adelphi, Md., is the contracting activity.

Fidelity Technologies Corp., Reading, Pa., was awarded a firm-fixed-price, multi-year contract with a maximum value of $26,000,000 for the procurement of power distribution illumination systems and electrical systems.  Performance location and type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Alexandria, Va., is the contracting activity (W15P7T-08-D-A007).

Orion Marine Construction Inc., Tampa, Fla., was awarded a firm-fixed-price contract with a maximum value of $6,975,000 for maintenance dredging services in Concordia Parish, La.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with seven bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0026).

AIR FORCE

Northrup Grumman Systems Corp., Rolling Meadows, Ill., is being awarded a $26,000,000 firm-fixed-price contract to modify and install two Airbus A319CJ Head of 356px-Seal_of_the_US_Air_Force.svgState aircraft with Large Infrared Countermeasures system including hardware, support equipment and services. Work will be performed at Rolling Meadows, Ill., and is expected to be completed by March 31, 2016.  This contract was a sole source acquisition.  The contract involves foreign military sales to Germany.  The contracting activity is Air Force Life Cycle Management Center Aircraft Survivability Division, Wright-Patterson Air Force Base, Ohio. (FA8625-13-C-6590).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Oceanic Medical Products, Inc.,* Atchison, Kan., has been awarded a maximum $50,000,000 modification (P00008) exercising the third option year of a five year base contract (SPM200-06-D-B203) with five one-year option periods for anesthesia systems and related components and accessories.  The contract is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Kansas with a May 22, 2014 performance completion date.  Using services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Northrop Grumman Systems, Warner Robins, Ga., has been awarded a maximum $11,926,211 firm-fixed-price contract.  This contract is for aircraft low voltage power supply.  Location of performance is Georgia with a December 2020 performance completion date.  Using service is Air Force.  Type of appropriation is fiscal 2013 Air Force funds.  The contracting activity is the Defense Logistics Agency Aviation, Robins Air Force Base, Ga., (SPRWA1-13-D-0004).

NAVY

ABM Government Services, Hopkinsville, Ky. (M67004-13-D-0039); AECOM Government Services Inc., Fort Worth, Texas (M67004-13-D-0010); BAE Systems, Rockville, Md. (M67004-13-D-0011); Booz Allen Hamilton, McLean, Va. (M67004-13-D-0012); Battelle Memorial Institute, Columbus, Ohio (M67004-13-D-0013); CGI Federal Inc., Fairfax, Va. ( M67004-13-D-0014); Concurrent Technologies Corp., Johnstown, Pa. (M67004-13-D -0015); DynCorp International, LLC, Falls Church, Va. (M67004-13-D -0016); Engility Corp., Mount Laurel, N.J. (M67004-13-D-0017); Exelis Systems Corp., Colorado Springs, Colo. (M67004-13-D-0018); General Dynamics Information Technology, Inc., Fairfax, Va. (M67004-13-D-0019); Honeywell Technology Solutions, Inc., Columbia, Md. (M67004-13-D-0020); Jacobs Advanced Systems Group, Fort Walton Beach, Fla. (M67004-13-D-0021); Lockheed Martin Corp., Orlando, Fla. ( M67004-13-D-0022); Patricio Enterprises, Stafford, Va. (M67004-13-D -0023); PD Systems, Inc., Alexandria, Va. (M67004-13-D-0024); PrimeTech International, Inc., North Kansas City, Mo. (M67004-13-D-0025); Raytheon Technical Services Co., LLC, Sterling, Va. (M67004-13-D-0026); Science Applications International Corp., McLean, Va. (M67004-13-D-0027); Bowhead Support Group, Anchorage, Alaska (M67004-13-D-0028); CBAIA and Associates, Fredericksburg, Va. (M67004-13-D -0029); Joint Logistics Mangers, Inc., Prince George, Va. (M67004-13-D-0030); PrimeTech International, Inc., North Kansas City, Mo. (M67004-13-D-0031); ReMilNet, LLC, Jacksonville, Fla. (M67004-13-D-0032); Metrostar Systems Inc., Reston, Va. (M67004-13-D-0033); Quantum Dynamics Inc., McLean, Va.  (M67004-13-D-0034); SawTst, LLC, Tyrone, Ga. (M67004-13-D-0035); Skylla Engineering Ltd., Humble, Texas (M67004-13-D-0036); Tatitlek Training Services, Anchorage, Alaska (M67004-13-D-0037); TeleDevices, LLC, Lawrenceville, Ga. (M67004-13-D-0038) are being awarded a $170,925,015 indefinite-delivery/indefinite-quantity, performance based multiple award contracts with provisions for firm-fixed-price, time and material, labor hour, cost-plus- fixed-fee task orders.  The contracts are for procurement of non-inherently governmental logistics support services.  The Marine Corps Logistics Support Services Contracts Program multiple award contracts are comprised of three suites of contracts:  one suite is reserved for 8(a) Small Business, (6 vendors receiving awards – contract numbers M67004-13-D-0033 through M67004-13-D-0038 are awarded under the Reserved 8(a) Small Business Solicitation M67004-11-R-0013 for information600px-US-DeptOfNavy-Seal.svg technology daily support); one suite is reserved for small business (5 vendors receiving awards – contract numbers M67004-13-D-0028 through M67004-13-D-0032 are awarded under the Reserved Small Business Solicitation M67004-11-R-0004 for quality assurance support and support to Logistics Command Centers customers and subordinate commands); and one suite is unrestricted (19 vendors receiving awards – contract numbers M67004-13-D-0010 through M67004-13-D-0027 and M67004-13-D-0039 are awarded under the Unrestricted Suite Solicitation M67004-11-R-0003 for program management and operations; information technology specialized support, training support, program support, distribution/supply support, maintenance support, and technical data development support).  These contracts contain options, which if exercised, would bring the cumulative combined value of these multiple award contracts to $854,625,075.  Work will be performed globally and is expected to be completed May 2014.  If all options are exercised, work could continue until May 2018 or until the ceiling is reached which ever event occurs first.  Fiscal 2013 Operations and Maintenance funds in the amount of $300,000 will be obligated at the time of award on the initial task order as the minimum guarantee each contractor will be awarded $10,000.  These funds will expire at the end of the current fiscal year.  The contracts were competitively procured via the U.S. Marine Corps Logistics Command’s contracts department website and the Federal Business Opportunity website, with 45 offers received.  The U.S. Marine Corps Logistics Command, Albany, Ga., is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Bethpage, N.Y., is being awarded a $15,295,717 modification to a previously awarded cost-plus-award-fee contract (N00019-08-C-0023) in support of the systems development and demonstration of the MQ-4C Triton Unmanned Aircraft System.  This modification provides for a software upgrade from Windows XP to Windows 7.  Work will be performed in Hollywood, Md. (33.5 percent); Bethpage, N.Y., (25.8 percent); Rancho Bernardo, Calif. (15.6 percent); San Diego, Calif. (12.7 percent); Salt Lake City, Utah (9.8 percent); Stillwater, Okla. (1.10 percent); Melbourne, Fla. (1.0 percent) and Van Nuys, Calif. (.05 percent), and is expected to be completed in April 2014.  No funds will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

M7 Aerospace LLC., San Antonio, Texas, is being awarded a $15,171,347 modification to a previously awarded firm-fixed-price contract (N00019-11-D-0002) to exercise an option for contractor logistics support for 12 Navy/Marines UC-35 aircraft and seven Navy C-26 aircraft located at nine global locations.  Services to be provided include organizational and depot level maintenance, parts, support equipment maintenance, and engineering support.  Work will be performed in Barking Sands, Hawaii (14 percent); Andrews Air Force Base, Md. (11 percent); Bella Chase, La. (10 percent); San Antonio, Texas (9 percent); Marine Corps Air Station (MCAS) Cherry Point, N.C. (8 percent); MCAS Miramar, Calif. (8 percent); and various location outside the United States (40 percent); and is expected to be completed in May 2014.  Contract funds will not be obligated at time of award.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Insitu, Inc., Bingen, Wash., is being awarded an $11,780,189 modification to a previously awarded cost-plus-incentive-fee contract (N00019-10-C-0054) to exercise an option for the procurement of one Low Rate Initial Production land-based, small tactical unmanned aircraft system and associated testing and logistical support.  Work will be performed in Bingen, Wash., and is expected to be completed in May 2014.  Fiscal 2013 Research, Development, Test and
Evaluation contract funds in the amount of $11,780,189 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Department of the ArmyARMY

Warwick Mills Inc., New Ipswich, N.H., was awarded a firm-fixed-price, multi-year contract with a maximum value of $94,324,536 for the procurement of the Family of Concealable Body Armor Type-1 and Type-2 vest and outer covers.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with five bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0010).

The Boeing Co., Mesa, Ariz., was awarded a $69,227,561 modification (P00008), to a previously awarded firm-fixed-price, foreign-military-sales (FMS) contract (W58RGZ-12-C-0089), for the procurement of Apache Block III aircraft and associated parts and services.  This FMS contract is in support of Saudi Arabia.  The total cumulative face value of this contract is $259,389,626.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Point Black Enterprises Inc., Pompano Beach, Fla., was awarded a firm-fixed-price, multi-year contract with a maximum value of $68,109,986 contract for the procurement of the Family of Concealable Body Armor Type-1 and Type-2 vest and outer covers.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with five bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-D-0009).

Raytheon / Lockheed Martin JAVELIN Joint Venture, Tucson, Ariz., was awarded a firm-fixed-price contract with a maximum value of $53,367,877 for the procurement of Javelin Block I Tactical Missile Rounds for the Army, Marine Corps and in support of foreign military sales (FMS).  A portion of this contract will support FMS for Jordan and Indonesia.  A combination of fiscal 2010 and fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0129).

The Boeing Co., Mesa, Ariz., was awarded a $14,268,958 modification (P00003), to a previously awarded firm-fixed-price, foreign military sales (FMS) contract (W58RGZ-12-C-0113), for the procurement of Apache Block III aircraft and associated parts and services.  This FMS contract is in support of Saudi Arabia.  The total cumulative face value of this contract is $35,158,878.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

e4sciences/Atelier Ten – Joint Venture, Sandy Hook, Conn., were awarded a firm-fixed-price contract with a maximum value of $9,900,000 for architect and engineering services.  Work will be performed within the Army Corps of Engineer’s North-Atlantic Division area of responsibility.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with nine bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-D-0002).

Tunista Construction LLC, Federal Way, Wash., was awarded a firm-fixed-price contract with a maximum value of $9,432,860 for the construction of a Battalion Complex at Joint Base Lewis-McChord, Wash.  Fiscal 2013 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912DW-13-C-0035).

AIR FORCE

Information International Associates, Inc., Oak Ridge, Tenn., has been awarded a $18,403,851 cost-plus-fixed-fee contract to collect, analyze, synthesize/process,356px-Seal_of_the_US_Air_Force.svg and disseminate Scientific and Technical Information for the Defense Technical Information Center.  Work may be performed worldwide, and is expected to be completed by May 31, 2015.  Award of contract is the result of a past performance price tradeoff acquisition between five offerors.  Fiscal 2013 Department of Defense Research and Development contract funds in the amount of $1,455,793 are being obligated on this award.  Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity (FA8075-13-D-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Eaton Industrial Corp., Irvine, Calif., has been awarded a maximum $12,000,000 firm-fixed-price, sole-source contract.  This contract is for various oil nozzles and parts.  Location of performance is California with a May 22, 2015 performance completion date.  Using services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8ES-13-D-0001).

ARMY

Great Lakes Dredge & Dock Co., LLC, Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $122,198,956 for dredging services along the Miami Harbor.  Work will be performed in Miami, Fla.  A combination of fiscal 2013 Operation and Maintenance funds and fiscal 2013 other Procurement funds will be obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-C-0015).

Parsons-Versar Joint Venture, Washington, D.C., was awarded a firm-fixed-price, foreign-military-sales contract with a maximum value of $90,000,000 for construction services in support of the U.S. Central Command area of responsibility.  Specific performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-13-D-0001).Department of the Army

Lockheed Martin Services, Gaithersburg, Md., (W912DY-10-D-0048); ABM Government Services LLC, Hopkinsville, Ky., (W912DY-10-D-0049); LB&B Associates Inc., Columbia, Md., (W912DY-10-D-0050); J&J Maintenance Inc., Austin, Texas, (W912DY-10-D-0051); and EMCOR Government Services Inc., Arlington, Va., (W912DY-10-D-0052); were awarded a $48,200,000 modification to a previously awarded firm-fixed-price, multiple-award, task-order contract to raise the cost ceiling of the initial contract that will be split among the vendor pool.  Performance location and type of appropriation will be determined with each order.  The Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

TRAX International Corp., Las Vegas, Nev., was awarded a $27,999,999 modification (P00101), to a previously awarded cost-plus-award-fee contract (W9124R-09-C-0003), for a three-month extension of test support services at Army Yuma Proving Ground, Ariz.  The total cumulative face value of this contract is $525,002,992.  Work will be performed in Yuma, Ariz., and Fort Greely, Alaska.  Fiscal 2013 Research, Development, Testing and Evaluation funds are being obligated on this award.  The Army Contracting Command, Yuma Proving Ground, Ariz., is the contracting activity.

Oneida Total Integrated Enterprises, San Diego, Calif., (W912PP-13-D-0010); Ayuda Partners JV LLC, Broomfield, Colo., (W912PP-13-D-0011); Ahtna Engineering Services LLC, Anchorage, Alaska, (W912PP-13-D-0012); BERS-Weston Services JV LLC, Golden, Colo., (W912PP-13-D-0013); JC Palomar Inc., Santa Ana, Calif., (W912PP-13-D-0014); and North Wind Services LLC, Idaho Falls, Idaho, (W912PP-13-D-0015); were awarded a firm-fixed-price, multiple-award, task-order contract with a maximum value of $25,000,000 for environmental remediation services.  Work will take place within the Army Corps of Engineer’s South-Pacific Division area of responsibility.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 30 bids received.  The Army Corps of Engineers, Albuquerque, N.M., is the contracting activity.

Sterling Medical Associates Inc., Cincinnati, Ohio, was awarded a firm-fixed-price contract with a maximum value of $14,335,637 for healthcare services at Army and Air Force facilities located in Europe.  Specific performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 10 bids received.  The Army Medical Command, Landstuhl, Germany, is the contracting activity (W9114F-13-D-0002).

Dell Federal Systems L.P., Round Rock, Texas, was awarded a firm-fixed-price with maximum value of $12,480,000 for the procurement of a maximum of 13,000 printers using computer hardware enterprise software and solutions.  Work will be performed in Chester, Va.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  Eight bids were solicited, with four bids received.  The Army Contracting Command, Fort Lee, Va., is the contracting activity (W91QUZ-06-D-0002).

Lockheed Martin Corp., Missile and Fire Control, Orlando, Fla., was awarded a cost-plus-fixed-fee contract with a maximum value of $8,168,508 for the procurement of Affordable Phased Array Sensor Systems for air and ground based systems across multiple frequencies.  Performance location and type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-D-0035).

Manson Construction Co., Seattle, Wash., was awarded a firm-fixed-price contract with a maximum value of $6,578,500 for flood control and emergency repair services along the Delaware coast.  Work will be performed in Indian River Inlet North Shore, Del.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-C-0017).

600px-US-DeptOfNavy-Seal.svgNAVY

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded an $113,723,443 advance acquisition contract with fixed-price line items for long lead materials and related support for the Full Rate Production of five E-2D Advanced Hawkeye Lot 2 aircraft.  Work will be performed in Syracuse, N.Y. (36.9 percent); Bethpage, N.Y. (15.6 percent); El Segundo, Calif. (7.8 percent); Chicago, Ill. (7.4 percent); Menlo Park, Calif. (7.1 percent); Indianapolis, Ind. (6.8 percent); Cleveland, Ohio (3.3 percent); Aire-Sur-L’Adour, France (2.6 percent); Owego, NY (2.4 percent); Torrance, Calif. (2.1 percent); Edgewood , N.Y. (1.7 percent); Falls Church, Va. (1.4 percent); and various locations throughout the United States (4.9 percent), and is expected to be completed in March 2014.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $113,723,443 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Md., is the contracting (N00019-13-C-9999).

Lockheed Martin Mission Systems and Training, Manassas, Va., is being awarded a $111,512,730 cost-plus-incentive-fee, cost-only, firm-fixed-price contract for the development, integration and production of AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems.  The AN/SQQ-89A(V)15 is a Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats.  The contract is for development, integration and production of future Advanced Capability Build and Technical Insertion baselines of the AN/SQQ-89A(V)15 USW Systems.  This contract is for the government of Japan (100 percent) under the Foreign Military Sales (FMS) Program.  Work will be performed in Lemont Furnace, Pa. (37 percent); Syracuse, N.Y. (24 percent); Manassas, Va. (17 percent); Clearwater, Fla. (9 percent); Oswego, N.Y. (5 percent); Hauppauge, N.Y. (5 percent) and Tewksbury, Mass. (3 percent), and is expected to be completed by May 2014.  FMS funding in the amount of $350,000 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Federal Business Opportunities, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5225).

The Boeing Co., St. Louis, Mo., is being awarded a $52,893,115 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0019) for the procurement of aircraft armament equipment for F/A-18E/F and EA-18G aircraft, including jumper bundles, pylon, and bomb racks.  Work will be performed in St. Louis, Mo., and is expected to be completed in May 2016.  Fiscal 2012 Aircraft Procurement Navy contract funds in the amount of $52,893,115 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Honeywell Technology Solutions, Inc., Columbia, Md., is being awarded a not to exceed $14,240,320 indefinite-delivery/indefinite-quantity contract with firm-fixed-price provisions for continuation of technical and analytical support services for the Office of Compliance and Assessment.  Services shall include conducting Command Cyber Readiness Inspections, Cyber Security Inspections, and command assessments/trainings in support of Fleet Cyber Command’s Cyber Security Inspection Certification Program and verification, validation, and reporting effort foroversight of Navy Marine Corps Intranet/Next Generation Enterprise Network.  This contract contains options, which if exercised, would bring the cumulative value of this contract to $25,896,361.  Work will be performed in Suffolk, Va., and is expected to be completed by June 23, 2014.  If all options are exercised, work will continue through June 23, 2106.  Fiscal 2013 Operations and Maintenance, Navy funding will be obligated against individual task orders as they are issued.  Contract funds will expire at the end of the current fiscal year.  The requirement was issued under full and open competition, with six proposals received in response to this solicitation.  NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity (N00189-13-D-0029).

Flir Systems Inc., Billerica, Mass., is being awarded a $10,090,426 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for SEE SPOT III+ Systems, test, teardown and evaluation, repairs, spares and data.  The SEE SPOT III+ is a device that provides the user with the ability to view the Special Operations Force Laser Acquisition Markers invisible laser spot in the target scene field view.  This contract supports a purchase for the government of Hungary (75 percent) under the Foreign Military Sales (FMS) Program.  Work will be performed in Billerica, Mass., and is expected to be completed by May 2018.  FMS funding in the amount of $75,371 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  This contract was issued on a sole-source basis in accordance with 10 U.S.C 2304(c)(1), as set forth is FAR 6.302-1(b)(1)(ii), only one or limited responsible sources and no other supplies or services will satisfy agency requirements.  Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ15).

L-3 Global Communications Solutions, Victor, N.Y., is being awarded an $8,093,065 firm-fixed-price General Services Administration delivery order to acquire Hawkeye III Lite tri-band antennas and Hawkeye diplexer kits for the Deployable Joint Command and Control Rapid Response kits and Sensitive Compartmented Information kits for the expeditionary command and control suite.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $10,530,855.  Work will be performed in Panama City, Fla., and is expected to complete by September 2013.  Fiscal 2013 Procurement, Marine Corps funding in the amount of $8,093,065 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements.  Reference FAR 6.302-1.  The Naval Surface Warfare Center Panama City Division, Panama City, Fla., is the contracting activity (N61331-13-F-7501).

The Boeing Co., St. Louis, Mo., is being awarded a $7,668,220 cost-plus-fixed-fee delivery order (0085) against a previously issued basic ordering agreement (N00019-11-G-0001) for supplies and services to support Follow-On Test and Evaluation of an F/A-18E E66 Loads aircraft.  Work will be performed at the Naval Air Station, Patuxent River, Md. (78 percent); St. Louis, Mo. (21 percent); El Segundo, Calif. (.5 percent); and Bethpage, N.Y. (.5 percent), and is expected to be completed in May 2014.  Fiscal 2013 Research, Development, Test and Evaluation funds in the amount of $7,668,220 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Metron, Inc.,* Reston, Va.,is being awarded a $7,287,619 cost-plus-fixed-feecontract for research and development of a large displacement unmanned undersea vehicle (LDUUV) to include in-lab integration and testing of autonomy and mission planning software with bench test hardware selected for deployment on the LDUUV.  This one-year contract includes two, one-year options which, if exercised, would bring the potential, cumulative value of this contract to an estimated $18,317,018.  Work will be performed in Reston, Va., (80 percent), and Alameda, Calif.(20 percent), and work is expected to be completed March 26, 2014.  If options are exercised work will continue through March 2016.  Fiscal 2013 Research, Development, Test and Evaluation funds in the amount of $7,287,619 will be placed on contract and obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a broad agency announcement (N66001-12-X-0039) published on the Federal Business Opportunities website and the SPAWAR e-Commerce Central website, with seven offers received.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-2005).

DEFENSE LOGISTICS AGENCY

Raytheon Integrated Defense Systems, Sudbury, Mass., has been awarded a maximum $7,465,899 firm-fixed-price, undefinitized, sole-source contract.  This contractDefense_Logistics_Agencyis for various radio spare parts and support equipment.  Location of performance is Massachusetts with a June 30, 2015 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pa.; (SPRMM1-13-G-1104-1003).

Missile Defense AgencyMISSILE DEFENSE AGENCY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., was awarded a sole-source, cost-plus-incentive-fee/cost-plus-award-fee contract modification (HQ0276) under contract HQ0276-10-C-0001.  The value of this contract modification is $29,726,627, increasing the total contract value from $1,409,840,268 to $1,439,566,895.  Under this modification, the contractor shall provide system engineering and program management services in accordance with established Aegis system engineering practices for the post certification support of Aegis Ballistic Missile Defense baselines 4.0.X, 5.0 and 5.0 capability upgrade. The work will be performed in Moorestown, New Jersey and is expected to be completed Dec. 31, 2014. Fiscal year 2013 Research, Development, Test and Evaluation funds will be used to incrementally fund this initial effort. Contract funds will not expire at the end of the current fiscal year.  The Missile Defense Agency, Dahlgren, Va., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

AMENDED

The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on Apr. 12, 2013 for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following company as an awardee:  Clean Energy Engineering, LLC, Denver, Colo.  An amount of $3,000 will be obligated on task order 0001. 772nd Enterprise Sourcing Squadron, Lackland Air Force Base, Texas is the contracting activity (FA8903-13-D-0007).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES

pledge-footer_original

Related articles


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014

R–Avian Influenza/Pandemic Influenza (AI/PI) and Other Emerging Disease Surveillance W81XWH-13-R-0035 072413 Kristen.Trump, 301-619-2346 US Army Medical Research Acquisition Activity The Government requirement is to provide personnel, facilities, materials (except as otherwise provided), and management,Department of the Army preparation, and completion of tasks in support of the Avian Influenza/Pandemic Influenza (AI/IP) and Other Emerging Disease Surveillance at the Armed Forces Health Surveillance Center (AFHSC) / Department of Defense (DoD) Global Emerging Infections Surveillance and Response System (DoD-GEIS), Silver Spring, MD. Tasks outlined in the SOW are required to support the AFHSC/DoD-GEIS to implement research programs and activities to execute the mission of the AFHSC to analyze, interpret, and disseminate information regarding status, trends, and determinants of the health and fitness of U.S. military (and military-associated) populations and to identify and evaluate obstacles to medical readiness. AFHSC is the central epidemiological resource for the U.S. Armed Forces providing regularly scheduled and customer-requested analyses and reports to policy makers, medical planners and researchers. It identifies and evaluates obstacles to medical readiness by linking various databases that communicate information relevant to service members’ experience that has the potential to affect their health. AFHSC conducts surveillance and response for emerging infectious diseases in DoD beneficiaries as well as foreign military and in foreign civilian populations through project-driven proposals which are implemented by its partner institutions and laboratories in CONUS and OCONUS. DoD-GEIS focuses on diseases that threaten U.S. Forces and their families, including newly appearing infectious agents or well-known agents that are increasing in incidence or geographic range. This requirement is a total Small Business Set-Side. The North American Industry Classification System (NAICS) code for this procurement is 541712. The Standard Industrial Classification (SIC) code is 8731. The Government anticipates awarding an IDIQ Contract with a Firm-Fixed Price (FFP), Cost Plus Fixed Fee (CPFF) and Cost CLIN’s. The award will be a 10 month base year with 4 one-year option periods. Estimated date of release of the solicitation is between 19 to 27 June 2013 with an estimated date of award of September 01, 2013. All offerors must provide a written technical proposal discussing specified technical evaluation factors. Award will be made on a best value basis. Requests by phone will not be accepted. No solicitations will be provided by hard copy, fax, or e-mail. All offerors are responsible for checking for amendments to the solicitation from the Internet. It is the responsibility of the vendor to ensure that the RFP is received from the Internet accurately and in its entirety. To be eligible for an award or payment from any DOD activity, offerors must be registered with the System for Award Management (SAM) at https://www.sam.gov. The POC for this action is Kristen Trump at kristen.trump@us.army.mil. No questions will be addressed at this time.
Set-Aside: Total Small Business Place of Performance: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US URL:https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-13-R-0035/listing.html
OutreachSystems Article Number: 130525/PROCURE/0061
Matching Key Words: writ*; copy; technical; standard; 


Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131

VAU–Sources Sought Mobile Applications WPS Health Education and Training Support VA70113I0216 060713 Kaylan Grove kaylan.grove@va.gov kaylan.grove@va .gov In response to this Sources Sought, interested contractors shall submit the following information to Kaylan Grove at kaylan.grove@va.gov no later than June 7, 2013 at 1:00 p.m. EST.
At this time, no solicitation exists. Therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION.
Contractors having the skills and capabilities necessary to perform the below stated requirements should submit a response of no more than 5 pages in length, single spaced, 12 point font minimum, that addresses the below listed information. Please provide the following information:
A. Company Name and Address
B. Company DUNS #
C. Company point of contact, telephone, and email address.
D. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned SmallBusiness, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and/or partner(s) registered in VA’s VetBiz repository?
E. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS.
F. Capabilities / Qualifications: Provide a written description of the capabilities/qualifications/skills your company possesses to perform services described in this Sources Sought.
DISCLAIMER
This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this Sources Sought Notice.
BACKGROUND
The Department of Veterans Affairs has dedicated resources to develop mobile health applications to improve the quality of care the VA provides to its veterans. Mobile applications will assist veterans and their caregivers with ongoing care once he/she leaves the medical center. The VA intends to develop applications for veterans and their veteran caregivers as well as applications to train VA employees. All applications will be accessible through the VA enterprise application store. Office of Training Strategy is tasked with producing the mobile application training material for distribution to veterans, veteran caregivers as well as VA employees. The contractor will be required to develop training and support materials for each of the mobile apps that will be released in 2014.
SCOPE OF WORK
The Contractor shall develop training and support material for 25 mobile applications that will include items targeted for print, electronic reference and will include combination of text and close-captioned multimedia. The contractor shall coordinate with the VA Office of Informatics and Analytics (OIA), Office of Training Strategy and Subject Matter Experts to draft content for electronic and physical training and support materials to bedistributed to the Department of Veterans Affairs’ mobile health participants including VA employees, veterans and veteran caregivers. The Contractor shall supply staff to serve as a full time project manager for mobile application training. This resource will be responsible for the oversight of development of application training and support materials. Other responsibilities include conceptualization and implementation of the trainingplan. Contractor shall participate in meetings with the Office of Training Strategy and required VA staff to ensure on time delivery of materials.
In addition, the contractor shall develop training material. Training materials developed will need to accommodate users of all level of expertise from novice to expert. Training content shall include the following:
- High quality produced training videos - Quick reference guides
- User Guides to functionality
- Frequently Asked Questions
All training material shall be made available to veterans, their caregivers and VA employees via a web portal. Guides and manuals should be in formats suitable for both printing and viewing on-line from a mobile or desktop device. The web portal will be hosted at mobilehealth.va.gov on VA servers The contractor is responsible for developing the content of the website and any databases required to host materials on said webportal. All products delivered will be in compliance with 508 and 6102 regulations.
The contractor shall provide ongoing enhancements and updates to the training materials for duration of the period of performance.
SPECIFIC TASKS AND DELIVERABLES
The contractor shall perform the tasks and complete the associated deliverables as follows by the scheduled dates within the overall period of performance or as may be agreed to with the VA Project Manager (PM) prior to the scheduled delivery dates.
Formal Acceptance or Rejection of Deliverables: Unless otherwise specified, the VA will have a maximum of fourteen (14) calendar days from the day the deliverable is received to review the document, provide comments back to the Contractor, approve or disapprove the deliverable(s).
If for any reason, any deliverable cannot be delivered in the time schedule, the Contractor shall provide a written explanation to the Contracting Officer as soon as late deliverable is anticipated and no less than three working days prior to scheduled delivery. This written transmittal shall include a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall effort. The Contracting Officer will then review the facts and issue a response in accordance with applicable regulations.
The Contractor shall be responsible for adhering to all pertinent Veterans Affairs (VA) standards including but not limited to ensuring that all documentation and deliverables are stored on appropriate VA servers within one week of their completion and government approval. The Contractor shall use the VA Nationwide Teleconferencing System (VANTS) for all pertinent conference calls, and the VA Exchange server for all pertinent email. Upon assignment of VA email accounts, use of external email accounts for the purpose of VA communications and business will be prohibited. The Contractor shall be responsible for adhering to all pertinent VA information technology policies and procedures, which will be made available at the contractor’s request on award.
Task 1 – Contract Kick Off Meeting to Include Project Management Plan
The contractor shall initiate a “kick-off” meeting with the Acquisition team and COR within 14 calendar days after award to discuss project objectives, scope of work, expectations, and to review project deadlines and deliverable schedules. The contractor shall commence work only when the contracting officer has conducted this “kick-off” meeting with both the contractor and the OIA Training Strategy Team. This meeting will prove beneficial to the success of the project. Various aspects of the work details will be discussed so there is a consistent understanding among all parties. The Contractor shall draft a Project Management Plan (PMP) that lays out the Contractor’s approach, timeline and tools to be used in execution of the contract. The PMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support. The PMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. The initial baseline PMP shall be concurred upon and updated monthly thereafter. The Contractor shall update and maintain the VA PM approved PMP throughout the period of performance as indicated in Section B.
Deliverable 1.1 – Project Management Plan / Project Schedule
Due Date – Two (2) weeks after Contract Award.
Task 2 - Web Based Portal
2.a. Wire Diagram and Paper Mockup of Web Training Portal
Contractor shall present the VA with a pictorial representation of proposed web portal. The wireframes will show the layouts of the guides, including placement of major page elements such as headers, content areas, navigation menus, and footers. Various types of material will be utilized for training to include written instructions, quick reference guides, video clips, etc. The same framework may be dependent on the individual apps being supported.
Contractor shall provide the VA a user interface mockup of the training web portal. Paper Mockup of the web portal will be based upon the Wireframe diagrams and may be dependent on the individual app. Mockup shall show the design layout of the proposed website, along with all web links and areas that show where content is to be displayed.
The VA’s current capabilities for multimedia and portal development include a Drupal-based CMS at http://mobilehealth.va.gov as well as a requirement for video to be YouTube compatible. The task should integrate with these existing requirements
Deliverable 2.a.1 – Pictorial representation/wire diagram of the web training portal
Due Date – Three (3) weeks after Contract Award Meeting.
Deliverable 2.a.2 – User Interface Mockup
Due Date – One (1) week after Wire Diagram approval.
2.b User Interface Design
Contractor shall provide VA with an initial user interface. This will show the way a user interacts with the web training portal. The interface shall be comprised of screen menus, icons, command language and physical buttons, presentation of static and video training content when applicable. All materials designed must adhere to the Veterans Health Education Health Literacy standards for education material, i.e., appropriate reading and understanding level. OIA’s Usability Program capability is to be coordinated with during development of the UI.
Once the contractor receives approval on the initial User Interface, contractor shall deliver the final interface designs of the training web portal. This content will be delivered on a web portal hosted on the VA development site.
Deliverable 2.b.1 – Initial User Interface Design, Demo, and Prototype
Due Date – Two (2) weeks after Task 2.a approval.
Deliverable 2.b.2 – Final User Interface Design.
Due Date – Two (2) weeks after initial user interface design approval.
2.c Web Training Portal Release and Launch
Contractor shall deliver the initial training web portal for VA to review and provide feedback. At this point the content will be updated on the VA development server. VA Privacy Standards, Section 508 compliance, and 6102 compliance are required before initial release for all materials and design of the web portal. The Initial Web Training Portal Release is based solely on the acceptance of the Final User Interface Design.
Contractor shall release final training web portal to VA for Quality Assurance and approval before LIVE launch.
Contractor shall launch the final web training portal at http://mobilehealth.va.govVideos will be hosted on YouTube and the VA’s streaming media server.
Deliverable 2.c.1 – Release of training web portal to VA for testing.
Due Date – Two (2) weeks after Task 2.b. approval.
Deliverable 2.c.2 – Approval and release of web training portal to production site.
Due Date – Two (2) to four (4) weeks after Testing and Release approval.
2.d Web Training Portal and Application Updates and Support for Content
Once the web training portal and application have been approved and released to production, contractor shall update the web training site twice per month until the conclusion of the contract. Updates shall reflect any changes that take place in the application after initial release. Contractor shall update the website content up to two times per month to keep the information current. The contractor shall provide the content for these updates. The contractor shall respond to “contact us” messages from the website (up to 30 per month).
Deliverable 2.d.1 – Written report of Web training portal and application updates/support
Due Date – Bi-monthly after delivery of Task 2.c.
Task 3 – Mobile Application Training
3.a Develop Mobile Application Training Plan
Contractor shall develop specific Mobile Application Training Plan for each individual application based on target audience, content, etc., which will be approved by the government for implementation. Contractor will develop content for quick reference guides, functionality guide, frequently asked questions, and related multimedia.
Deliverable 3.a.1 – Written Mobile Application Training Plan for each application.
Due Date – One (1) week after delivery of each application.
3.b – Development of Application Training Materials
Contractor shall organize and lead meetings with application web training portal development team. Contractor is responsible for communicating updates and potential delays between development team and VA Program Manager. The contractor shall develop the training materials in accordance with the contractor provided training plan. The government will provide access for each application. Training material development shall include a user functionality guide, frequently asked question sheets, a quick reference guide, and “how to” videos for each application that cover the application functionality.
Deliverable 3.b.1 – Written report of progress of application training material development to VA Program Manager.
Due Date – Bi-monthly for twelve (12) months from date of award.
Deliverable 3.b.2 - Training Materials per Application (User Functionality Guide, Frequently Asked Questions, Quick Reference Guide, and How to Videos)
Due Date – Two (2) weeks after approval of application training plan.
3.c – Implement Mobile Application Training Plan
Contractor shall assist in creating resources to aid in the training of staff (e.g. Helpdesk personnel) who assist customers with mobile application questions. Customers include: Veterans, Veteran Caregivers and VA staff. Contractor shall develop quick reference guides, functionality guides, frequently ask question sheets, and videos for each application when they become available.
Deliverable 3.c.1 – Written report to summarize activity at assigned training events.
Due Date – Monthly for twelve (12) months from date of award.
URL: https://www.fbo.gov/spg/VA/ISC/OISC/VA70113I0216/listing.html
OutreachSystems Article Number: 130525/PROCURE/0334
Matching Key Words: video*; produc*; train*; conference?; website; web; site?; page?; education*; business*; documentation; event?; produce?; production?; distribut*; instruct*; 

Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None Washington DC 20537

99 — Emergency Response, Transportation, and Disposal DJD-13-N-0002 010713 Ryan Connally, Phone 202-307-4042, Email ryan.p.connally@usdoj.gov600px-US-DeptOfJustice-Seal.svg GENERAL INFORMATION

Document Type: Sources Sought Notice
Notice Number: DJD-13-N-0002
Posted Date: 12/21/2012
Response Date: 01/07/2013
NAICS Code: 562112
Size Standard: $12.5 Million

CONTRACTING OFFICE ADDRESS

Department of Justice, Drug Enforcement Administration, Office of Acquisition & Relocation Management, 8701 Morrissette Drive, Springfield, VA 22152.

DESCRIPTION

This is a SOURCES SOUGHT notice. This is not a request for proposals and does not obligate the Government to award a contract. All responsible businesses, including small businesses, are encouraged to respond to this notice. The information requested by this notice will be used within the DEA to facilitate the decision making process and will not be disclosed outside the agency. The DEA will not be responsible for any cost incurred by interested parties in responding to this notice. Unsolicited proposals or offers of any kind will not be considered in response to this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned.

The DEA Hazardous Waste Section is seeking information from potential sources for emergency response, transportation, and disposal services, in accordance with the attached Statement of Need. At this time, questions concerning the composition and requirements for a future Request for Proposal, as well as those regarding the nature of the services to be performed under any future related initiative will not be accepted. Email responses to this sources sought notice to Contract Support Specialist Ryan Connally at ryan.p.connally@usdoj.gov by 4:00 PM Eastern Time on January 07, 2013.

PLACE OF PERFORMANCE

The primary place of performance is anticipated to be various domestic DEA locations nationwide. See below Statement of Need for specific locations.

STATEMENT OF NEED

The DEA’s primary responsibility is for enforcing the Controlled Substances Act. As part of this primary responsibility, DEA becomes the generator of hazardous waste seized at clandestine drug laboratories and hazardous waste generated by DEA forensic laboratories or other DEA waste-generating activities; therefore becoming responsible for the compliance with Federal, state and local regulations pertaining to its management. DEA is also responsible for funding the cleanup and disposal of state and local hazardous waste seized at clandestine drug laboratories, and the transportation and disposal of state and local waste that has been packaged and stored at various Authorized Central Storage (ACS) sites throughout each contracted state.

DEA has a need to secure the services, based on the best value to the government, of one contractor in each state of Alabama, Arkansas, Florida, Illinois, Indiana, Kansas, Kentucky, Michigan, Mississippi, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Tennessee, and Virginia. A certified/qualified contractor is needed to (1) perform emergency response, cleanup and disposal services of hazardous and non-hazardous waste encountered at clandestine drug laboratories; (2) pickup, transport and dispose of hazardous and non-hazardous waste stored at state and local ACS locations; and (3) provide certification training for the proper packaging and transporting of hazardous waste associated with DEA’s ACS programs.

The best value Contractor will properly manage and perform the “duties of a generator” to include hazardous material (HazMat) emergency response, hazardous waste characterization, lab packing, and/or transportation and storage of hazardous material or hazardous waste seized by Federal, state, and local law enforcement agencies at clandestine drug laboratories, generated by forensic laboratories, mobile laboratories, training exercises, or by other waste-generating activities authorized by DEA. The proper management and destruction of these wastes must be performed in manner that ensures the waste is destroyed in accordance with all applicable Federal, state and local laws and regulations at an Environmental Protection Agency (EPA) permitted incinerator facility. All waste must be incinerated in a manner that renders the waste unusable and impossible to recover.

In general:

The Contractor shall have a 24 hours per day, seven days per week, 365 days per year, capability for responding to a clandestine drug laboratory site with enough trained personnel, equipment and material to perform the required level of effort without delay and within the specified response times.

The Contractor shall utilize only those employees who have had current training that meets the pertinent requirements of OSHA, EPA, DOT and any other applicable federal, state, or local training requirements to perform the services indicated within the Statement of Need.

The Contractor shall have the capability and level of expertise to provide the certification training for law enforcement personnel to properly characterize, lab-pack, and transport hazardous waste to and from the ACS sites in accordance with all applicable Federal, state and local laws and regulations.

The Contractor shall have the appropriate type and number of transport equipment at an authorized removal site at the required time to ensure that the departure from the site is not delayed.

All motor vehicle operators designated and/or tasked to transport material or waste per the statement of need shall obtain a State-issued hazardous material endorsement to his/her commercial driver’s license in accordance with 49 CFR 383.93.

The Contractor shall provide a secure storage area that meets all Federal, state, and local requirements for storage of all hazardous waste or hazardous material. The area where DEA waste or material is accumulated must be protected from weather, fire, physical damage and vandals and/or theft.

The Contractor shall have all applicable, current permits, licenses, training certificates and other forms of required documentation to perform the services indicated within the Statement of Need.

The Contractor shall have the capability or means to incinerate all waste, other than compressed gas cylinders, appliances, and scrap metal, in accordance with all Federal, state, and local laws and regulations and the facility’s operating permit requirements to include the ability to provide a Certificate of Destruction (CD) for each waste incinerated/disposed.

REQUIREMENTS

Refer to the attached Statement of Need for details. All responses must be able to perform all items articulated in this notice.

Interested vendors possessing the required capabilities should respond by providing the Government the following information:

1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and GSA schedule number (if applicable).

2. A corporate capability statement between one and ten (10) pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the “Requirements” section above.

3. A representative sample of contracts the vendor’s firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed, include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact’ s name, phone number, and email address).

4. At a minimum, the Contractor shall demonstrate its capabilities to perform the services described in the Statement of Need section.

5. Provide the following documentation:
i. Copy of the part B TSDF permit the Contractor proposes to utilize for incineration
ii. Copy of CDL licenses
iii. Copy of EPA hazardous waste transporter permit
iv. Copy of DOT hazardous materials transporter permit
v. Copy of DOT training certifications
vi. Copy of Hazardous Waste Operation certifications
vii. Copy of Permit-Required Confined Space certifications
viii. Copy of Bloodborne Pathogen certifications
ix. Copy of “Train-the-Trainer” certifications and/or credentials for EPA, DOT, OSHA training certificate programs
x. Duty roster of qualified/trained personnel capable of performing the services required.

6. A Rough Order of Magnitude (ROM) pricing for one year of services, including item description(s), unit description(s), and rates.
URL: https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-13-N-0002/listing.html
OutreachSystems Article Number: 130524/PROCURE/1104
Matching Key Words: state!ky; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–Requirement for Operations Support Services for Product Manager Soldier Weapons located at Picatinny Arsenal, NJ. W15QKN12R0105 011813 Gerardo Ilaria, 973-724-4618 ACC – New Jersey The U.S. Army Contracting Command-New Jersey- Soldier Weapons (ACC-NJ-SW) on behalf of Product Manager Soldier Weapons (PM SW) is contemplating a requirement for Operations Support Services. The Project Manager Soldier Weapons has identified a continued need for operations support to PM SW. This will be a continuation of prior services currently being provided under other existing contractual instruments. The categories for this support are: Senior Operations Management Specialist Support, Junior Operations Specialist Support, Computer Graphics Support, Public Affairs Support, Information Technology Support, and Technical Editor Support. The following elements will define the type of services PMSW will require.

Senior Operations Management Specialist: Contractor shall serve as an on-site Senior Operations Management specialist providing support consisting of providing high level, insightful service of the type that could be expected from senior PEO or DA level staff personnel to PM SW and its subordinate elements and business partners. The contractor shall, when appropriate and directed by the Operations Manager, provide mentoring, guidance and support to the Junior Operations Specialist.

Junior Operations Specialist: Contractor shall serve as on-site Junior Operations specialist providing support to the Program Management Office (PMO). The contractor shall have basic familiarity with small arms. The contractor shall have knowledge of the Army Acquisition process and be able to make recommendations based on that knowledge.

Computer Graphics support shall provide graphics, illustration, management reporting, management overview, video/tele-conferencing support. The support shall develop and prepare presentations, briefing material and other documentation as required supporting decision and information briefings, program reviews and demonstrations.

Public Affairs: Contractor shall serve as on-site Public Affairs support consisting of supporting PM SW and its subordinate elements and business partners. The contractor shall manage and execute PM SW’s media relations program for planning and coordinating the dissemination of information relating to PM SW programs, objectives and functions through the news media.

Information Technology (IT) support shall provide complete IT support including desktop, laptop, handheld (including blackberries), VTC, server and Local Area Network (LAN) administrative support including, but not limited to providing direct general automation support to all PMSW users, including troubleshooting, answering questions and assisting users in the use of hardware, software, networks and all associated computer systems. Also, provide hardware diagnosis and support to users.

Technical Editor: Contractor shall serve as on-site Technical Editor to provide support consisting of technical editing and writing by reviewing, editing, revising PM SW technical and non technical documents as requested. The documents include, but are not limited to executive summaries, acquisition plans, urgent material releases, type classification memoranda, memoranda of agreement, memoranda of understanding, system engineering plans, statements of work, policies, procedures, manuals, reports and power point presentations. The contractor shall also review and edit speeches for the Commanding General, Program Executive Officer, Project Manager and other senior command officials.

The Request for Proposal (RFP), to be released sometime at the end of January 2013, will be for a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity Contract with five one year ordering periods. The Government may elect to award a single contract or multiple IDIQ contracts with each task order placed via quote mark Fair Opportunity quote mark process. Maximum potential contract value will be $9,900,000. This procurement will be a Small Business Set Aside with a North American Industry Classification System (NAICS) code of 541519.

All responses to this pre-solicitation notice shall be in writing. The Point Of Contact for this action is Jerry Ilaria, Contract Specialist, U.S. Army Contracting Command-New Jersey, Picatinny Arsenal, New Jersey 07806-5000.

Email: gerardo.ilaria.civ@mail.mil
TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
Set-Aside: Total Small Business Place of Performance: PM Soldier Weapons Building 151 Picatinny Arsenal NJ 07806-5000 US URL: https://www.fbo.gov/notices/b65dbd65d752475d7655a82a45713e2f
OutreachSystems Article Number: 130523/PROCURE/0071
Matching Key Words: writ*; technical; procedure?; 


Department of Veterans Affairs, Hampton VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667

T–Gerofit Documentary VA24613Q1292 Diane Stoskopf Contracting Officer 757-728-3449 diane.stoskopf@va.gov This is a Pre-solicitation notice. This Pre-solicitation notice is not a request for formal proposals or quotes. Formal solicitation will be issued on or about 1June 2013. The Department of Veterans Affairs Durham VAMC, Durham, NC has a requirement for services to film and create a documentary highlighting theGerofit program at the Durham VAMC. Documentary shall include indepthVA interviews and follow longitudinally over several months to document and highlight progress. Proposed solicitation number is VA246-13-Q-1292. All work to be completed within twelve months from date of award. This is a 100% set-aside for small business. NAICS 512110, Size Standard $30.0 m. All correspondence and responses shall be e-mailed to Diane Stoskopf at Diane.Stoskopf@va.gov.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24613Q1292/listing.html
OutreachSystems Article Number: 130523/PROCURE/0098
Matching Key Words: documentar*; naics!512110; 


160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521

U — PROVIDE ADVANCED OFF ROAD DRIVING COURSE H92240-13-T-JH14 053113 Jackie D Handley, Phone 757-763-2441, Fax 757-462-2434, Email jacqueline.handley@navsoc.socom.mil ; ;p;
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. Solicitation H92240-13-T-JH14 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.

The associated NAICS code is 611692 and the Small Business Size Standard is $7.0 M.

This requirement is 100% set aside for small business.

Clin 0001: Contract Line Item (CLIN) 0001 Provide advanced off road driving course of instruction for a duration of 1 week. Anticipated dates: 23-29 Jun 2013, 0001 GP   See attached statement of objectives (SOO).

Clin 0002: . (Option) Provide advanced off road driving course of instruction for a duration of 1 week.   N otice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option. Anticipated dates : Dates to be determined in September 2013, 0001 GP

Deadline for RFQ Questions: All questions regarding this solicitation  shall be submitted electronically to Jackie Handley, email:   jacqueline.handley@navsoc.socom.mil no later than May 28, 2013 at 10:00 am Eastern time to provide adequate time to prepare a response. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 01 Apr 2013.

NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)

DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)

DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012)

Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov

Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov 

The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

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 based on the lowest priced technically acceptable proposal.

The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor’s ability to meet the required training specifications as detailed in SOO.

Provide two (2) examples of orders where same/similar work has been performed or being performed by your company within the past three (3) years.

The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors - Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions – Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.217-8 Option to Extend Services- N otice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option

FAR 52.217-9 Option to Extend the Term of the Contract

Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within   3; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.

FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds

FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses
FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)

DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications

SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)   All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer.
SOFAR 5652.233-9000 Independent Review of Agency Protest

Questions are due no later than May 28, 2013 at 12:00pm Eastern time.  E-mail jacqueline.handley@navsoc.socom.mil or fax 757-462-2434.

Set-Aside: Total Small Business Place of Performance: To be determined Virginia Beach, VA 23459 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH14/listing.html
OutreachSystems Article Number: 130523/PROCURE/0106
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?; 


Department of Labor, Office of the Assistant Secretary for Administration and Management , Office of Procurement Services, 200 Constitution Avenue, NW S-4307 Washington DC 20210-0001

R — MANAGEMENT AND PROFESSIONAL SUPPORT SERVICES DOL131RP21638 060313 Stacy Conaway, CONTRACT SPECIALIST, Email conaway.stacy@dol.gov600px-US-DeptOfLabor-Seal.svg MAY 22, 2013- PLEASE SEE THE THREE (3) ATTACHMENTS PERTAINING TO THE QUESTIONS AND ANSWERS PORTION OF THE RFP.

****************The amendment date for the questions and answers portion has been changed. It will be posted on fbo.gov website on or before May 22, 2013.**********************

AMENDMENT STARTS

Your response time for the solicitation is no later than June 3, 2013 at 3pm EST.

The forthcoming amendment for the questions and answers portion is going to be posted on fbo.gov website on or before May 20th, 2013.
I will not be accepting anymore Past Performance Questionnaires.

AMENDMENT FINISH.

The U.S. Department of Labor(DOL), Occupational Safety and Health Administration(OSHA) is soliciting an Request for Proposal (RFP) for Management/Professional Support Services under DOL 131RP21638.
This procurement is a Total Business Set-Aside. The NAICS code is 541990, with a Small Business Standard of $14 million. All responsible sources that are determined a small business in accordance with the U.S. Small Business Administration and must be registered in the System for Award Management at http://www.sam.gov, in order to be considered for award.

The contract award is intended to provide, a full range of specialized management and professional support services required to meet OSHA’s requirements while complying with applicable laws, regulations, policy and procedures. The offeror shall furnish labor mix categories with proven experience in Technical Writing, Management Systems and Organization, Program Budgeting, Planning and Financial Management and Human Resources. Offerors are encouraged to submit a proposal in the most economic and efficient manner, within the confines of the Performance Wok Statement and the proposed labor mix categories.

All responsible sources may submit a proposal once the solicitation is issued. This solicitation will be posted for your review on Monday April 8, 2013. The solicitation is for commercial items prepared in accordance with the format in FAR 12 and 15 as supplemented with additional information included in this notice.

Your response time for the solicitation is no later than  June 3,  2013 at 3pm EST.

Set-Aside: Total Small Business Place of Performance: OSHA -NATIONAL OFFICE 200 CONSTITUTION AVENUE NW WASHINGTON, DC 20210 US URL:https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21638/listing.html
OutreachSystems Article Number: 130523/PROCURE/0730
Matching Key Words: writ*; technical; standard; procedure?; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Virtual Medical Center, Virtual Training Evaluation System W900KK13R1TBD 052213 Leslie Dobson, 407/384-5433 PEO STRI Acquisition Center Update 5/22/13: Location for Industry Day has been changed. Note: The deadline for submitting a Capabilities Statements has passed.

THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Description:

This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) virtual training evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 – Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP).

SECTION I – Sources Sought Notice

A. Requirement Information.

Veterans Health Administration Virtual Medical Center.
The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment.

VMC Virtual Environment Description.
The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools.

B. Critical Requirements.

The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations:

1. System must contain at least one fully-functioning virtual clinic.

a. Each virtual clinic shall be customized to address a specific health issue facing Veteran patients.

b. Each clinic shall include an entrance and information desk.

c. Each clinic shall include a collaboration space and education center for patients and providers.

d. Each clinic shall include an auditorium.

e. Each clinic shall include two patient examination rooms.

f. Each clinic shall include a patient conference room.

g. Each clinic shall include a provider conference room.

h. Each clinic shall include a provider lounge.

2. System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC.

3. System must support an intuitive Frequently Asked Questions (FAQs) feature.

4. System must provide a cyber library.

5. System must provide Video Tele Conference and Electronic-consult capabilities. E-consult must support secure communications.

6. System must be web-based, scalable, and initially support up to 1,000 simultaneous users.

7. System must be accessible to users through the My HealtheVet portal.

8. System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices.

9. System must be Section 508 Compliant.

C. Assumptions and Expectations.

1. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

2. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government.

3. The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey.

4. If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below.

5. Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls, .doc or .ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts.

D. Sources Sought Attachments: N/A at this time

1. Map and Hotel Information (Will be furnished upon request/appointment)

2. Partnership Event Parking Pass (Will be furnished upon request/appointment)

E. Vendor Questionnaire

The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees)

5. If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors.

6. NAICS Code / CAGE Code / DUNS Number

7. Commerciality of System

a. ( ) Our product as described above, has been sold, leased or licensed to the general public.

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments.

c. ( ) Neither of the above applies. Explain.

8. Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement.

F. Response Parameters.

1. Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail:

2. Respondents will not be notified of the results of this survey or results of information submitted.

SECTION II. – Industry Day

Description:

The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013.

The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government’s requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating.

Industry Meeting Location:

3031 Technology Parkway, Orlando FL
Bldg: Partnership II (PII)
Room: 208
Date: 28 May 2013
Time: 8:00am – 5:00pm (EST)

IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Partnership II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached).

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R1TBD/listing.html
OutreachSystems Article Number: 130523/PROCURE/0823
Matching Key Words: video*; produc*; train*; conference?; you; website; web; page?; education*; business*; event?; 

Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U–This is a synopsis to provide Technical and Program Management Support Services to the Army National Guard Training Division (ARNG-TR). W9133L-13-R-0016 060413 Linda M. Williams, 703-607-0983 National Guard Bureau, Contracting Support SYNOPSIS:

The National Guard Bureau (NGB) Operational Contracting Office intends to issue a commercial solicitation on/about 4 June 2013 for Technical and Program Management600px-National_Guard_Logo.svg Support Services (TPMSS) in support of the Army National Guard (ARNG) Training Division (ARNG-TR). This will be a full and open competition posted on FedBizOpps. The Government will award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance of a base period and four 12-month option periods. Current period of performance ends 31 August 2013. THE GOVERNMENT WILL NOT ACCEPT ANY PHONE CALLS, EMAILS, OR ANSWER QUESTIONS PRIOR TO THE ISSUANCE OF THE SOLICITATION. The solicitation will be posted under NAICS Code: 611710 - Educational Support Services and Classification Code: U - Educational and TrainingServices. Please note that the government is seeking highly skilled and experienced personnel, therefore, offerors without the skills and experience need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required. This will be a firm-fixed price with Cost reimbursable travel and Other Direct Cost (ODCs) CLINs. The estimated value of this contract, base and all option periods, is $50 Million. The primary objective of this contract is to provide a range of independent and objective functional support, for current and future activities and initiatives. Evaluation criteria will be based on BEST VALUE.

SCOPE OF WORK:

This is a requirement for a range of technical and program management support services for current activities and future initiatives of Army National Guard (ARNG) training systems integration in the following functional areas:
Program management, operations, resources, and communications.
Distributed learning content development.
Distributed learning online portal operations.
Distributed learning delivery capabilities management.
Information assurance management.
Training management information system implementation.

FUNCTIONAL SUPPORT AREAS.

Program Management, Program Operations, Resources, and Communications.
The Contractor shall assist the Government to plan, coordinate, and synchronize activities of the Training Systems Integration Branch (ARNG-TRN) and the ARNG DL Program; assist the Government to perform resource management for the Branch and the DL Program through the Army’s Planning, Programming, Budgeting, and Execution (PPBE) process; and assist the Government to perform communications for the DL Program, the Branch’s other activities, and other elements of the Division.
Distributed Learning Content Development.
The Contractor shall assist the Government to produce and sustain DL content for ARNG training requirements, with emphasis on Guard-specific functional and readiness training. Specific tasks to support this function include activities that:
Create Training Support Packages (TSPs) for resident and online learning.
Produce interactive multimedia instruction (IMI), including interactive videos, animations, and simulations.
Produce instructional videos and animations for distribution by CD-ROM, DVD, or online.
Convert resident instruction to blended learning, potentially incorporating IMI and instructor-led online learning with resident learning.
Produce applications for mobile devices, potentially including job aids and references, and instructional videos, animations, and simulations.

Distributed Learning Online Portal Operations.
The Contractor shall assist the Government to manage and operate GuardU, which is a web-based portal that provides Soldiers, units, training institutions, and States with an online environment for directed learning and self-development. GuardU is operated as a domain within the U.S. Army Enterprise Lifelong Learning Center (ELLC). The ELLC currently uses the quote mark Blackboard quote mark learning environment as its learning content management system.
Distributed Learning Delivery Capabilities Management.
The Contractor shall assist the Government to plan, coordinate, and monitor a Federal program that provides States with distributed learning resources and capabilities, which includes fixed and Mobile DL Classrooms (DLCs and MDLCs) connected to the Internet.
Information Assurance Management.
The Contractor shall assist the Government to perform IA management activities for training information systems and applications for which the Division is the proponent ensuring the systems and applications remain compliant with DoD, Army, and ARNG IA policy and regulations. As of March 2013, the Division is proponent for 13 systems and applications
Training Management Information System Implementation.
The Contractor shall assist the Government to plan, coordinate, and conduct activities to implement Digital Training Management System (DTMS) in the ARNG, enabling units-brigade and below-to use the system to plan, resource, and manage unit and individual training at all levels, and enabling staffs-in units, States, and the Directorate-to obtain reports from the system. The Contractor shall assist the Government to coordinate information and activities among the PM DTMS staff, the ARNG-TR and ARNG-TRN staffs, the ARNG DTMS trainers, and the ARNG Regional DTMS Representatives and State DTMS Administrators.
Authorized government representatives, including the Contracting Officer’s Representative (COR) will be identified and/or appointed under the base contract or at the Task Order level.
An update will be provided with the posting of the solicitation scheduled on/or about 4 June 2013.

Place of Performance: National Guard Bureau, Operational Contracting ATTN: NGB-AQ, 111 South George Mason Drive Arlington VA 22204-1373 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0016/listing.html
OutreachSystems Article Number: 130522/PROCURE/0083
Matching Key Words: video*; produc*; train*; web; education*; produce?; distribut*; instruct*; commercial?; 


600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–ALL: Due to unforseen circumstances we are unanble to host industry day as previously scheduled. we must re-schedule to Thursday, May 30, 2013 from 1200-1500 in the auditorium at 111 S. George Mason Drive, Arlington, VA 22204. W9133L-13-R-0019 053013 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support The ARNG National Guard Bureau contracting office intents to issue a commercialsolicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130522/PROCURE/0575
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center UPDATE: 13 February 2013: Attached responses to questions submitted by industry for the Central Data Center for CTC-IS. The Government does notpeostri_org_banner_v09292010 intend to extend the closing date of 15 February 2013 for the RFI responses. Responses shall be submitted, via email, no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to the Contract Specialist, Mr. Phil Davis, at phil.b.davis@us.army.mil.

DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production and presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130522/PROCURE/0672
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

peostri_org_banner_v0929201069–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center UPDATE: 13 February 2013: Attached responses to questions submitted by industry for the Central Data Center for CTC-IS. The Government does not intend to extend the closing date of 15 February 2013 for the RFI responses. Responses shall be submitted, via email, no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to the Contract Specialist, Mr. Phil Davis, at phil.b.davis@us.army.mil.

DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production and presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130522/PROCURE/0673
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 

FedBizOpps – Awards

Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC – HILL AFB, DEPARTMENT OF THE AIR FORCE; AFNWC PZBA;6014 DOGWOOD AVENUE BLDG 1258; HILL AIR FORCE BASE; UT; 84056-5816

R–Professional, Administrative and Management Support Services FA8204-12-R-7002-0002 Shila F Weese, Phone 801-586-4939, Fax 801-775-2116, Email356px-Seal_of_the_US_Air_Force.svg shila.weese@hill.af.mil FA8204-13-C-0010 $92,698,530 052213 DRS ENVIRONMENTAL SYSTEMS, INC.,7375 INDUSTRIAL RD,FLORENCE KY 41042-2911 No Description Provided
URL: https://www.fbo.gov/spg/USAF/AFMC/OOALC/Awards/FA8204-13-C-0010.html
OutreachSystems Article Number: 130523/AWARDS/0893
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Request For Information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRBFMORFI Ralph F. Kaminski, 410-278-4982ACC-APG – Aberdeen Division D Estimated Dollar Value: $9.5 million

Background: Contract W91WAW-08-D-0017 an Indefinite Delivery/Indefinite Quantity (ID/IQ) Labor-Hour (LH) contract issued to Calibre Systems, Inc. 6354 Walker Lane, Metro Park, Alexandria VA 22310-3252 is in its last option year. The Army is in the planning phase and seeks input from industry to prepare a market research report to finalaize an acquisition strategy.

Proposed Type Contract 1: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract.

Proposed Type Contract 2: A Firm-Fixed-Price (FFP) if respondents can provide examples of workload factors needed to develop a FFP proposal to deliver defined deliverables exclusive of labor categories and full time equivalent information.

Ordering Period: Three-year from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services. $14 million.

Scope: The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.Contractor to provide consulting services in the concentrated areas of 1) the development of methodologies and databases to estimate the cost of services being provided by Army installations for the purpose of supporting the Planning,Programming, Budgeting, and Execution System (PPBES) process, and 2) updates, analysis, and support of the databases supporting the Civilian Rate Execution (CRE), 3) updates, analysis, and support of the databases supporting the Army Military-Civilian Cost System (AMCOS) and 4) the development and implementation of cost management processes, metrics, measures and models for the United States Army and methods for fully integrating of cost management.

Performance Work Statement (PWS): A draft PWS is provided under a separate attachment with this notice under the heading Additional Info. This document provides specific, detailed requirements to fulfill this requirement.

Response Instructions: Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541611.
a. Provide your business size for (NAICS) code 541611, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541611.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading Additional Info.

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Provide any addtional information that’s relevenat such as Federal Supply Schedule information, etc.

8. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 7 June 2013.
URL: https://www.fbo.gov/notices/eca181b9fee4b0e1af7155826c7e4915
OutreachSystems Article Number: 130524/SPECIAL/1556
Matching Key Words: documentar*; 

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Centralized data center for Combat Training Center Instrumentation System (CTC-IS) W900KK13RFIDATASTORAGE Phil Davis, 407-384-5335 PEO STRI Acquisition Center DOCUMENT TYPE: Request for Information (RFI)
TITLE: Centralized data center for Combat Training Center Instrumentation System (CTC-IS)
NAICS Code: 541512

BRIEF DESCRIPTION: CTC- IS is an integrated system of computer software and hardware; workstations; databases; voice, video and data recording; production andpeostri_org_banner_v09292010 presentation equipment; interface devices; and communication networks. Each training center hosts its’ own individual data center which is comprised of 60 servers and 125 desktops each. The instrumentation system software is custom written using the LT2Product baseline (www.lt2portal.org).

The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Training Devices (PM TRADE), Product Manager for Combat Training Instrumentation System (CTIS) intends to centralize the data centers that are currently housed at the Combat Training Centers (CTCs). The CTCs are located at the National Training Center (NTC) at Fort Irwin, California and at the Joint Readiness Training Center (JRTC) at Fort Polk, Louisiana.

INTENT OF THIS RFI: PM CTIS is seeking information from industry for available centralized data center solutions for the CTC-IS. Information submitted in response to the RFI will not be utilized for any purpose other than for market research only. The Government requests that all interested offerors submit a response (up to 20 pages including the cover sheet) that addresses the following in relation to centralized data centers:

A description of your firm’s capabilities and size

Demonstrate your ability to determine bandwidth and latency requirements

Previous solutions, the challenges faced, and the customer

Cost comparison between buy/lease/rent

Experience creating Service Level Agreements

Identify the standards used in establishing centralized data centers

Identify the current industry best practices or solutions and emerging technology innovations

Other information that may be relevant

ACQUISITION APPROACH: The Government intends to conduct a study to determine the Government’s infrastructure requirements to support a centralized data center along with the new centralized data center. The Government is currently developing an acquisition strategy for a centralized data center for CTC-IS. The acquisition strategy or contract type for this effort has not yet been determined.

ESTIMATED DOLLAR VALUE: TBD

RESPONSES REQUESTED: Questions with regard to the subject effort shall be submitted, in writing, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil before 2:00pm EST on 8 February 2013. Interested offerors shall provide their capability statement via email no later than 2:00pm Eastern Standard Time (EST) on 15 February 2013 to Mr. William Jensen, Contract Specialist, William.R.Jensen1@us.army.mil.

DISCLAIMER: This announcement is published for market research purposes only. This notice does not constitute an invitation for bid or a request for proposal and is not a commitment by the U.S. Government to procure the subject effort. No solicitation documentation exists at this time. Responses in any form are not considered offers and the Government is under no obligation to award a contract as result of this announcement. No funds are available to pay for the preparation of responses to this announcement. The submission of the requested information is for planning purposes only.

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13RFIDATASTORAGE/listing.html
OutreachSystems Article Number: 130522/SPECIAL/0930
Matching Key Words: video*; produc*; train*; page?; documentation; production?; 

USABID State and Local Purchases

Delaware – State Division of Purchasing http://bids.delaware.gov/default.asp PO Box 299, Grounds of Governor Bacon, Delaware City, DE 19106. Phone: 302-834-4550.

R – Radio Broadcast/Internet Radio Advertising for DSHA Programs SOL 8210 Radio Broadcast/Internet Radio Advertising for DSHA Programs For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130527/BID/0022
Matching Key Words: broadcast*; program?; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – MCPPD UK Hospital HD307 Angio UPSPlans Available from UK Planroo SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSPlans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130524/BID/0439
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Consultation on energy savings performance contracting RFP : 13 SOL Consultation on energy savings performance contracting RFP : 1300000371 Department for Local Government Request for Proposals(RFP) Published On : 5/20/13 Amended On : Closing On : 6/10/13 4:30 PM EDT Time Left: 20 Days, 05:19:19 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130522/BID/0006
Matching Key Words: age:state!ky; state!ky; 

Kentucky State Procurement

Menifee County Fiscal Court, 

R — ARCHITECTURAL SERVICES REQUEST FOR STATEMENT OF QUALIFICATIONS. DUE 14-JUN-2013 The Menifee County Fiscal Court will accept statements of qualifications from architects for plans related to the Menifee County Regional Kitchen/Senior Center Project. This project includes the acquisition of 1.1 acres of land in downtown Frenchburg and the construction of an approximately 7,168 sq. ft. building that will house both the Regional Kitchen and the Menifee County Senior Citizens Center. The funding sources proposed for the implementation of this project include CDBG, ARC and Coal Severance Funds. Note: Preliminary Design plans have been previously developed at the request of the Menifee County Fiscal Court. The consultant hired under this procurement will be asked to perform final design services, construction administration and inspection services. Firms should send five copies of their statement of qualifications, not exceeding 15 single-sided pages, to the Gateway Area Development District, Attention: Mark Collier, MMRC Industrial Park, 110 Lake Park Drive, Morehead, KY 40351. All documents must be sealed and marked on the outside “Request for Qualifications, Architectural Design, Menifee County Regional Kitchen/Senior Center Project”. Questions concerning this Request for Qualifications should be addressed to Mark Collier, Gateway ADD, (606) 780-0090, Ext. 2106. Proposals must be received by 4:30 p.m. local time on Friday, June 14, 2013. The Menifee County Fiscal Court reserves the right to reject any and all responses, to waive any technicalities, and to negotiate with the respondent who most nearly meets the project requirements. The Menifee County Fiscal Court is not responsible or liable for any costs incurred by the consultants replying to this request. The Menifee County Fiscal Court is an equal opportunity employer and encourages responses from all qualified firms. Kentucky Relay Service for the hearing and speech impaired: 1-800-648-6056. Attention is particularly called to the requirements as to conditions of employment to be observed under the contract, Section 3, Segregated Facility, Section 109, Title VI, and EO 11246. Local, minority and female-owned firms are encouraged to respond. This notice is provided courtesy of the Kentucky Cabinet for Economic Development. The information is believed to be correct, but should be verified with the issuing agency/organization.
OutreachSystems Article Number: 130524/KY/3119
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  BIDS AND PURCHASES

pledge-footer_original

 


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

 DOD AWARDED CONTRACTS

NAVY

URS Federal Technical Services Inc., Germantown, Md., is being awarded a maximum value $18,788,706 fixed-price, indefinite-delivery/indefinite-quantity contract for engineering, technical and programmatic support for the Spectrum Electronic Warfare Department.  The Spectrum Electronic Warfare Department’s primary focus areas are in direct support of Airborne Electronic Defense, Airborne Electronic Attack, Maritime, and Expeditionary Divisions.  Tasks include research and development support; system engineering and process engineering; modeling, simulation, and analysis; prototyping, pre-production, model-making and fabrication support; system design documentation and technical data support; software engineering, development, programming and network support; reliability, maintainability and availability; human factors, performance and usability engineering; system safety engineering; configuration management; quality assurance; interoperability, test and evaluation, trials; logistics; supply and provisioning; training; and program support.  Work will be performed in Crane, Ind., and is expected to be completed by June 2014.  This contract includes foreign military sales to Afghanistan (3 percent), Iraq (1 percent) and Australia (1 percent).  Working Capital funds in the amount of $896,727 will be obligated at600px-US-DeptOfNavy-Seal.svg time of award.  Contract funds in the amount of $896,727 will expire at the end of the current fiscal year.  This contract was not competitively procured.  The contract was procured on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1.  The Naval Surface Warfare Center Crane, Ind., is the contracting activity (N00164-13-D-WS73).

Northrop Grumman Corp., Integrated Systems, Bethpage, N.Y., is being awarded a $17,146,324 modification to a previously awarded advanced acquisition contract (N00019-12-C-0063) for additional product, fleet, and engineering investigations support for the Full Rate Production Lot 1 E-2D Advanced Hawkeye Program.  Work will be performed in Bethpage, N.Y. (81.94 percent); Norfolk, Va. (8.98 percent); Syracuse, N.Y. (3.71 percent); Indianapolis, Ind. (3.32 percent); and St. Augustine, Fla. (2.05 percent), and work is expected to be completed in June 2014.  Fiscal 2013 Aircraft Procurement, Navy funding in the amount of $17,146, 324 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Pacific IC Source*, Yucaipa, Calif. (N68936-13-D-0021); LC Engineers, Inc.*; Rahway, N.J. (N68936-13-D-0022); Laguna Components, Inc.*; Laguna Beach, Calif. (N68936-13-D-0023); Impact Components*, San Diego, Calif. (N68936-13-D-0024); and JRH Electronics, LLC*, Marlton, N.J. (N68936-13-D-0025), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts for the procurement of electronic components for the U.S. Navy.  Components to be procured include integrated circuits, resistors, capacitors, connectors, wire braid, diodes, flex circuits, switches, back shells, heat-shrinkable sleeving, sleeving, field-effect transistors, encoders, transistors, power supply, flash chips, potentiometers, radio, electronic sub-assemblies, receivers, semi-conductors, plugs, global positioning system components, terminal blocks, antennas, inertial measurement units, fuses, relays, transducers, switches, power-cables, receptacles, oscilloscopes, and drying cabinets.  The estimated aggregate ceiling for all five contracts is $9,250,000, with the companies having an opportunity to compete for individual task orders.  Work will be performed in Yucaipa, Calif., for Pacific IC Source; Rahway, N.J., for LC Engineers, Inc.; Laguna Beach, Calif., for Laguna Components, Inc.; San Diego, Calif., for Impact Components; and Marlton, N.J., for JRH Electronics, LLC, and work is expected to be completed in June 2018.  Fiscal 2013 Research, Development, Test and Evaluation, Navyfunds in the amount of $2,500 are being obligated at time of award ($500 minimum required for each awardee), none of which will expire at the end of the fiscal year.  This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; 10 offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity.

Northrop Grumman, Bethpage, N.Y., is being awarded a not-to-exceed $7,474,835 delivery order (No7192) under a previously awarded Basic Ordering Agreement (N00383-12-G-034G) for the repair of 43 line items on the Advanced Hawkeye System used on the E-2D aircraft.  Work will be performed in Bethpage, N.Y., and work is expected to be completed by June 3, 2015.  Fiscal 2013 Aircraft Procurement Navy funding in the amount of $7,474,835 will be obligated at the time of award.  Funds will not expire at the end of the current fiscal year.  This is sole-source contract to Northrop Grumman in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapon Systems Support, Philadelphia, Pa., is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Miss., is being awarded a $3,331,476,001 fixed-price incentive, multiyear contract for construction of five DDG 51 class ships, one in each of fiscal 2013-2017.  This contract includes options for engineering change proposals, design budgeting requirements and post-delivery availabilities, which, if exercised, would bring the cumulative value of this contract to $3,386,092,948.  Work will be performed in Pascagoula, Miss. (56.3 percent), Cincinnati, Ohio (6.9 percent), Walpole, Mass. (4.5 percent), York, Pa. (1.9 percent), Camden, N.J. (1.4 percent), Erie, Pa. (1.3 percent), Charlottesville, Va. (1 percent), and other locations below 1 percent (26.7 percent), and is expected to be completed by July 2023.  Contract funds will not expire at the end of the current fiscal year.  This contract was procured via a limited competition between Huntington Ingalls Incorporated and Bath Iron Works pursuant to 10 United States Code (U.S.C.) 2304 (c) (3) and Federal Acquisition Regulation (FAR) 6.302-3 (Industrial Mobilization).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2307).

Bath Iron Works, Bath, Maine, is being awarded a $2,843,385,450fixed-price incentive, multiyear contract for construction of four DDG 51 class ships, one in each of fiscal 2013 and 2015-2017.  This contract includes options for construction of an additional DDG 51 class ship, engineering change proposals, design budgeting requirements and post-delivery availabilitieswhich, if exercised, would bring the cumulative value of this contract to $3,529,812,945.  Work will be performed in Bath/Brunswick, Maine (58.9 percent), Cincinnati, Ohio (6.4 percent), Walpole, Mass. (4.4 percent), South Portland, Maine (2 percent), York, Pa. (1.9 percent), Charlottesville, Va. (1.8 percent), Coatesville, Pa. (1.7 percent), Erie, Pa. (1 percent), and other locations below 1 percent (21.9 percent), and is expected to be completed by July 2023.  Contract funds will not expire at the end of the current fiscal year.  This contract was procured via a limited competition between Bath Iron Works and Huntington Ingalls Incorporated pursuant to 10 United States Code (U.S.C.) 2304 (c) (3) and Federal Acquisition Regulation (FAR) 6.302-3 (Industrial Mobilization).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-2305).

Raytheon Co., Integrated Defense Systems, Tewksbury, Mass., is being awarded a not-to-exceed $23,760,905 contract modification to previously awarded contract (N00024-05-C-5346), for the execution of Phase II CVN 78 Dual Band Radar Test and Evaluation engineering support at the Raytheon Integrated Defense Systems Software Development Laboratory and Wallops Island Engineering Test Center Land Based Test Site.  Work will be performed in Sudbury, Mass., and is expected to be completed by November 2014.  Fiscal 2011 Shipbuilding and Conversion, Navy and fiscal 2012 Research, Development, Test and
Evaluation funding in the amount of $7,435,275 will be obligated at time of award.  Contract funds in the amount of $2,100,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

EaglePicher Technologies, LLC, Joplin, Mo., is being awarded a $7,096,000 firm-fixed-price contract for the procurement of Thermal Lithium Battery High-Speed Anti-Radiation Missile Control Section Replacement Thermal Batteries for the U.S. Air Force.  This effort will include design, performance(one-time), test, manufacture andacceptance requirements for a multi-tapped, squib-activated, lithium or lithium alloy anode, thermal battery.  Work will be performed in Joplin, Mo., and is expected to be completed in October 2016.  Fiscal 2011 Research, Development, Test and Evaluation, Air Force contract funds in the amount of $7,096,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; three offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-C-0114).

Department of the ArmyARMY

Northrop Grumman Technical Services Inc., Herndon, Va., was awarded a cost-plus-fixed-fee contract with a maximum value of $83,867,077 for logistic support services to supply and maintenance operations.  Work will be performed in Fort Irwin, Calif.  Fiscal 2013 Operations and Maintenance funds in the amount of $80,379,450 are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Fort Irwin, Calif., is the contracting activity (W9124B-13-C-0005).

Medico Industries Inc., Wilkes Barre, Penn., was awarded a fixed-price, economic-price-adjustment contract with a maximum value of $52,054,000 for the procurement of 120mm Illumination Mortar Cartridges.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-D-0068).

Alatec Inc., Huntsville, Ala., (W911S0-11-D-0037); and TEC-Masters Inc., Huntsville, Ala., (W911S0-11-D-0035); were awarded a firm-fixed-price, multiple-award contract with a maximum value of $49,765,680 for support services to the Army Fires Center of Excellence and Fort Sill, Okla.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Fort Sill, Okla., is the contracting activity.

Agile Defense Inc., Fairfax, Va., was awarded a cost-plus-award-fee contract with a maximum value of $31,878,082 for unclassified information technology services for the Defense Advanced Research Projects Agency.  Work will be performed in Arlington, Va.  A combination of fiscal 2012 and fiscal 2013 Research, Development, Testing and Evaluation funds in the amount of $15,160,000 are being obligated on this award.  The bid was solicited through the Internet, with eight bids received.  The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity (W911NF-13-C-0069).

NextiraOne Federal LLC, Herndon, Va., was awarded a $25,589,368 modification (No. P00012), to a previously awarded firm-fixed-price, indefinite-delivery-indefinite-quantity contract (W91QUZ-12-D-0011), for long-term support of the Nortel Networks family of digital telephone switch systems within the Department of Defense.  The cumulative total face value of this contract is $70,058,487.  Work will be performed in Herndon, Va.; Bahrain; Japan; and Republic of Korea.  Type of appropriation will be determined with each order.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Jorge Scientific Corp., Arlington, Va., was awarded a $20,097,322 modification (No. P00016), to a previously awarded cost-plus-fixed-fee, foreign-military-sales (FMS)Department of the Army contract (W911QX-12-C-0011), for the design and development of new doctrine and training methodologies for the Legacy Program.  The cumulative total face value of this contract is $191,135,944.  This FMS contract is in support of Afghanistan.  Work will be performed in Afghanistan.  Fiscal 2013 Procurement funds in the amount of $9,883,977 are being obligated on this award.  The Army Contracting Command, Adelphi, Md., is the contracting activity.

Archer Western Federal Jv, Chicago, Ill., was awarded a firm-fixed-price contract with a maximum value of $16,983,000 for the construction of an Unmanned Aerial Vehicle Complex on Fort Campbell, Ky.  Fiscal 2013 Military Construction funds are being obligated on this award.  The bid was solicited through the Internet, with 14 bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0012).

Motorola Solutions, Columbia, Md., was awarded a firm-fixed-price contract with a maximum value of $16,877,999 for land mobile radio support services.  Work will be performed in Kuwait.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-C-0017).

CACI Dynamic Systems Inc., Chantilly, Va., was awarded a firm-fixed-price contract with a maximum value of $14,228,545 for acquisition support services in Afghanistan, Kuwait and Qatar.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W560MY-13-C-0007).

Wolverine Services LLC, Anchorage, Alaska, was awarded a $13,898,652 modification (No. 000012), to a previously awarded firm-fixed-price, multi-year, task-order contract (W9124D-11-D-0056), for logistical support services to Fort Knox, Ky.  The cumulative total face value of this contract is $39,347,720.  Type of appropriation will be determined with each order.  The Army Contracting Command, Fort Knox, Ky., is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a cost-plus-fixed-fee contract with a maximum value of $12,000,000 for contractor field support services for the PATRIOT Advanced Capability-3.  Work will be performed in Dallas, Texas; Kuwait; El Paso, Texas; Killeen, Texas; Lawton, Okla.; Fayetteville, N.C.; Qatar; Bahrain; United Arab Emirates; Germany; Korea; Japan; and Turkey.  Fiscal 2013 Procurement funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-13-C-0100).

Donald Maggi Inc., Rolla, Mo., was awarded a firm-fixed-price contract with a maximum value of $11,711,000 for the continued construction of a Basic Training Complex at Fort Leonard Wood, Mo.  Fiscal 2013 Military Construction funds are being obligated on this award.  The bid was solicited through the Internet, with seven bids received.  The Army Corps of Engineers, Kansas City, Mo., is the contracting activity (W912DQ-13-C-4010).

Navistar Defense LLC, Lisle, Ill., was awarded an $8,939,983 modification (No. P00071), to a previously awarded cost-plus-fixed-fee, multi-year contract (W56HZV-10-C-0011), for field services representative support for the Mine Resistant Ambush Protected vehicle.  The cumulative total face value of this contract is $49,800,673.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Lockheed Martin Integrated Systems, Alexandria, Va., was awarded a $7,998,226 modification (No. BA9006), to a previously awarded cost-plus-fixed-fee contract (W91QUZ-06-D-0017), for information technology services for the Pentagon and National Capital Region.  The cumulative total face value of this contract is $49,675,273.  Performance location and type of appropriation will be determined with each order.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

Luhr Bros, Inc., Columbia, Ill., was awarded a firm-fixed-price contract with a maximum value of $7,000,000 for maintenance dredging services along the Mississippi River.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-D-0032).

Smiths Detection Edgewood, Edgewood, Md., was awarded a $6,966,409 modification (No. P00033), to a previously award firm-fixed-price contract (W911SR-07-C-0080), for the procurement of M41A Joint Chemical Agent Detectors and M4A1 Communications Adapters.  The cumulative total face value of this contract is $108,681,535.  A combination of fiscal 2013 Operations and Maintenance and other Procurement funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

AMENDED:  The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on April 12, 2013, for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following company as awardee:  Trusant Technologies, LLC, Ellicott City, Md.  An amount of $3,000 will be obligated on task order 0001. 772nd Enterprise Sourcing Squadron, Lackland Air Force Base, Texas, is the contracting activity (FA8903-13-D-0009).

DEFENSE LOGISTICS AGENCY

Terex Corp., Fredericksburg, Va., has been awarded a maximum $327,500,000 fixed-price with an economic-price-adjustment contract. This contract is a five-year term for the procurement of commercial type cranes. Locations of performance are Virginia, Italy, France, Germany, Iowa and South Dakota with a May 30, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0012).

Government Services Corp.*, Moscow, Idaho, has been awarded a minimum $19,573,916 fixed-price with an economic-price-adjustment contract. This contract is forDefense_Logistics_Agency fuel. Locations of performance are Idaho, Oregon, Montana, and Washington with a July 30, 2016 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4512).

Bridgewell Resources, Tigard, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0006).

Buie Lumber Co.*, Boerne, Texas, has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two year base contract with three one-year options for providing wood products. Location of performance is Texas with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0001).

Forest Products Distributors**, Rapid City, S.D., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is South Dakota with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0002).

Haroldson Group International LLC.*, Lake Oswego, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0003).

Progressive Services Corp.*, Beaverton, Ore., has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Oregon with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0004).

S&S Forest Products, Boerne, Texas, has been awarded a maximum $16,786,772 firm-fixed-price, long-term contract. This contract is a two-year base contract with three one-year options for providing wood products. Location of performance is Texas with a May 31, 2015 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8E6-13-D-0005).

Leading Technology Composites*, Wichita, Kan., has been awarded a maximum $13,840,000 firm-fixed-price contract. This contract is a one year base contract for enhanced side ballistic inserts. Location of performance is Kansas with a May 31, 2014 performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2013 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1055).

General Procurement Services*, Columbus, Ohio, has been awarded a maximum $12,600,000 fixed-price with an economic-price-adjustment, indefinite-quantity contract. This contract is for fresh fruit and vegetable support for non-Department of Defense customers in Wisconsin and upper Michigan zone. Location of performance is Ohio with a Feb. 3, 2018 performance completion date. Using service is U.S. Department of Agriculture school customers. Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-13-D-S504).

Troy Company Inc.*, Seattle, Wash., has been awarded a minimum $7,587,399 fixed-price with economic-price-adjustment contract. This contract is for fuel. Locations of performance are Washington and Oregon with a July 30, 2016 performance completion date. Using military services are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2016 Service funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4515).

600px-US-TRANSCOM-Emblem.svgU.S. TRANSPORTATION COMMAND

AAR Airlift Group Inc., Palm Bay, Fla., is being awarded a $97,946,397 option year modification (0001/0002) on an indefinite delivery/indefinite quantity contract (HTC711-10-D-R016 ) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Total cumulative face value of the contract is $307,603,230. This modification adds the third option of the basic contract with four option periods. Work will be performed in Afghanistan, and the option will start June 1, 2013, to be completed by May 31, 2014. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity in U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Berry Aviation Inc., San Marcos, Texas, is being awarded a $29,933,251 option year modification (0002) on an indefinite delivery/indefinite quantity contract (HTC711-10-D-R018) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. Total cumulative face value of the contract is $106,882,869. This modification adds the third option of the basic contract with four option periods. Work will be performed in Afghanistan, and the option will start June 1, 2013, to be completed by May 31, 2014. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity is U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

Evergreen Helicopters of Alaska, Anchorage, Alaska, is being awarded a $24,482,759 option-year modification (0001/0002) on an indefinite-delivery/indefinite quantity contract (HTC711-10-D-R017) for fixed wing aircraft, personnel, equipment, tools, material, maintenance and supervision necessary to perform passenger and cargo air transportation services. The total cumulative face value of the contract is $78,904,939. This modification adds the third option of the basic contract with four option periods, and the option will start June 1, 2013, to be completed by May 31, 2014. Work will be performed in Afghanistan. Type of appropriation is fiscal 2013 Army Operations and Maintenance funds, and will not expire at the end of the current fiscal year. There were seven proposals received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

NAVY

Raytheon Missile Systems, Tucson, Ariz., is being awarded a $75,914,110 cost-plus-fixed-fee contract (N00024-13-C-5403) for Standard Missile engineering and technical services. These services include research and development efforts; design, systems, and production engineering; technical services; evaluation services; component improvement services; and production proofing services for missile producibility, missile production, and shipboard integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $316,538,398. Work will be performed in Tucson, Ariz. (86.8 percent); Andover, Mass. (9.4 percent); Huntsville, Ala. (1.7 percent); Arlington, Va. (1.1 percent); Camden, Ark. (0.7 percent); and White Sands, N.M. (0.3 percent), and is expected to be completed by December 2017. Fiscal 2013 Research, Development, Test & Evaluation, Fiscal 2013 Defense Wide Procurement, and Fiscal 2011, 2012 and 2013 Weapons Procurement, Navy funding in the amount of $33,065,387 is being obligated at contract award. Contract funds in the amount of $1,582,138 will expire at the end of the current fiscal year. This contract was not competitively procured. This contract was sole sourced under 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded a $19,594,107 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-12-C-2002) for600px-US-DeptOfNavy-Seal.svg the design and engineering analysis of the AIM-9X Block II Missile System for the U.S. Navy, the U.S. Air Force, and the Government of Saudi Arabia. Work will be performed in Tucson, Ariz. (96 percent); Andover, Mass. (3 percent); and various locations inside and outside of the United States (1 percent), and is expected to be completed in June 2014. Fiscal 2013 Research, Development, Test & Evaluation, Navy, Fiscal 2013 Research, Development, Test & Evaluation, Air Force, and Foreign Military Sales funds in the amount $7,537,371 will be obligated at time of award; none of which expire at the end of the current fiscal year. This contract combines purchases for the U.S. Navy ($8,347,958; 42.6 percent); the U.S. Air Force ($5,687,724; 29 percent); and the Government of Saudi Arabia ($5,558,425; 28.4 percent) under the Foreign Military Sales Act. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Marietta, Ga., is being awarded a $16,449,950 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0017) for the completed design of large aircraft infrared counter measures (LAIRCM) aircraft modification kits (A-Kits) in support of the Marine Corps KC-130J aircraft. This modification includes 10 LAIRCM A-Kits, a test kit installation of a LAIRCM A-Kit, and a validation installation of a LAIRCM A-Kit. Work will be performed in Marietta, Ga. (51 percent); Greenville, S.C. (31 percent); and Rolling Meadows, Ill. (18 percent), and is expected to be completed in November 2015. Fiscal 2012 and 2013 Aircraft Procurement Navy contract funds in the amount of $16,449,950 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics, Advanced Information Systems, Fairfax, Va., is being awarded a $15,040,000 modification to previously awarded contract (N00024-09-C-5396) for nine high-gain, high-sensitivity systems in support of the Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 low-rate initial production requirements. This provides SEWIP with the ability to detect and identify additional threat emitters and provide warning to the combat system to ensure that SEWIP achieves all objectives. Work will be performed in Fairfax, Va., and is expected to be completed by March 2015. Fiscal 2012 and 2013 Other Procurement, Navy funding in the amount of $15,040,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command is the contracting activity.

King Aerospace Inc., Addison, Texas, is being awarded a $12,876,083 modification to a previously awarded indefinite-delivery requirements contract (N00019-12-D-0014) to exercise an option for contractor logistics services in support of six C-9B, including base site operations, depot planned maintenance interval inspections and engine shop visits. Work will be performed in Addison, Texas (38.5 percent); Ardmore, Okla. (35 percent); Whidbey Island, Wash. (14 percent); Cherry Point, N.C. (8 percent); and Miami, Fla. (4.5 percent); and is expected to be completed in May 2014. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $12,808,636 modification to a delivery order previously placed against basic order agreement N00019-10-G-0004. This modification will provide in-flight refueling risk reduction trade studies for the E-2D Advanced Hawkeye. Work will be performed in Bethpage, N.Y. (67 percent); Endicott, N.Y. (12.6 percent); Irvine, Calif. (10 percent); Bohemia, N.Y. (3.8 percent); Ronkonkoma, N.Y. (3.6 percent); Windsor Locks, Conn. (2 percent); St. Augustine, Fla. (.8 percent); and Stanford, Conn. (.2 percent), and is expected to be completed in September 2013. Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $12,808,636 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems San Diego Ship Repair, Inc., San Diego, Calif., is being awarded an $8,970,338 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) to definitize the USS Gridley (DDG-101) fiscal 2013 selected restricted availability. A selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. This modification includes options which, if exercised, would bring the cumulative value to $9,233,934. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 9, 2013. Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy funding in the amount of $8,970,338 will be obligated at the time of award. Contract funds in the amount of $5,338,137 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Ind., is being awarded an $8,419,280 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services of up to 11,020 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments. Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013. Fiscal 2013 Operations & Maintenance, Navy Overseas Contingency Operations contract funds in the amount of $8,419,280 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $34,231,570 contract modification (FA8682-11-D-0155 0022 modification 04) for initial development of the Precision Targeting Module software package: one containerized instrumented test vehicle, one containerized Jettison test vehicle, two containerized separation test vehicles, two containerized mass simulation vehicles, global positioning systems controlled radiation pattern antennas, one weapon support simulator consisting of a system support simulator and transit case assembly, tooling, process development, design support and equipment to facilitate the Joint Air-To-Surface Standoff Missile (JASSM) Building AUR upgrade/expansion at Pike County Operations and systems engineering services to maintain the JASSM System performance specification and provide programmatic, technical and systems management. The cumulative face value of the contract is $39,343,421. Work will be performed at Orlando, Fla., and Troy, Ala., and is expected to be completed by Jan. 31, 2016. This contract is in support of foreign military sales to Finland. The contracting activity is Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla.

United Technologies Corp., East Hartford, Conn., has been awarded a $28,589,240 Delivery Order for two F135-PW-100 conventional takeoff and landing (CTOL) ground test engines. Work will be performed at East Hartford, Conn., and is expected to be completed by June 30, 2014. Fiscal year 2012 Research and Development funds are being obligated on this award. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center/LPAK, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (F33657-99-D-2051 0031)

Data Tactics Corp., McLean, Va., has been awarded a $25,796,741 cost-plus-fixed-fee completion contract for graph engine that revolutionizes how network graph data is ingested, stored, and accessed with an overarching integration framework built in a modular architecture to facilitate development and support ease of integration of components within a secure, flexible, and elastic computing cluster capable of servicing the needs of heavy cyber battle-space analytics. Deliverables include software, hardware, and reports. Work will be performed at McLean, Va., and Arlington, Va. Work is expected to be completed by Sept. 30, 2017. This award is the result of a competitive acquisition, offers were solicited electronically and 62 offers were received. $3,497,005 will be obligated at the time of award; of that amount, $15,803 will be fiscal 2012 Department of Defense (DoD) Research and Development funds and $3,481,202 will be fiscal 2013 DoD Research and Development Funds. Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity. (FA8750-13-C-0128)

Antelope Valley East Kern Water Agency, Palmdale, Calif., has been awarded a $19,999,752 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for clear, potable water safe for human consumption in accordance with standards adopted by the California Department of Health Services for drinking and culinary water. The contractor shall also provide up to a maximum of 3,200 gallons per minute of water continuously available to the main base point of delivery (PoD) and up to a maximum of 460 gallons per minute of water continuously available to the Air Force Research Laboratory PoD. Work will be performed in Palmdale, Calif., and is expected to be completed by May 31, 2023. This was a sole-source acquisition and each year applicable fiscal year funds will be applied. Fiscal 2013 Operations and Maintenance funds in the amount of $460,080 are being obligated on this award. This contract is not a multiyear contract, and the Air Force Test Center/PZIOC, Edwards Air Force Base, Calif., is the contracting activity. (FA9301-13-D-0016)

Lockheed Martin Global Inc., Orlando, Fla., has been being awarded a $16,585,413 firm-fixed-price, time and material, undefinitized contract for five Sniper Advanced Targeting Pods, five Compact Multiband Data Links, five Digital Data Recorders, six pylons, and spares, along with integration, support and program management. Work will be performed at Orlando, Fla., and is expected to be completed by Dec. 31, 2014. This contract is in support of foreign military sales for Royal Jordanian Air Force. This award is the result of a source-directed/sole-source acquisition, and $8,126,853 is being obligated at time of award. Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity. (FA8540-13-C-0019)

Raytheon SI Government Solutions, Arlington, Va., has been awarded a $9,752,133 cost-plus-fixed-fee contract for Plan X mission execution software. The scope of this effort is to design and develop a runtime environment to both securely and efficiently execute cyber operations mission scripts and to serve as a foundation for cyber support platforms. Work will be performed at Arlington, Va., and is expected to be completed by Oct. 31, 2017. This award is the result of a competitive acquisition; 62 offerors were solicited electronically and six offers were received. Fiscal 2013 Research, Development, Test and Engineering Funds will be used.  Air Force Research Laboratory/RIKD, Rome, N.Y., is the contracting activity. (FA8750-13-C-0130)

WASHINGTON HEADQUARTERS SERVICES

RAND Corp., Santa Monica, Calif., is being awarded a $12,379,400 modification to a previously awarded cost-plus-fixed-fee contract (W91WAW-12-C-0030) for research,600px-WHS_Insignia.svg analysis and development services provided to Office of the Under Secretary of Defense for Acquisition Technology and Logistics. Work will be performed in Washington, D.C. (100 percent), and is expected to be completed in December 2014. This contract was a sole-source procurement. Washington Headquarters Services, Washington, D.C., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Science Application International Corp., Fairfield, N.J., has been awarded a maximum $74,244,560 modification (P00036) exercising the eighth option year period on contract (SPM500-04-D-BP06) for maintenance, repair, and operations supplies for Hawaii and Guam region.  The contract is a firm-fixed-price, indefinite-delivery contract.  Location of performance is New Jersey with a May 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

GDF Suez Energy Resources NA Inc., Houston, Texas, has been awarded a maximum $37,930,530 firm-fixed price-contract.  This contract is for electricity.  Location of performance is Texas and Illinois with a Dec. 31, 2016 performance completion date.  Using service is federal civilian agencies.  Type of appropriation is fiscal 2014 through fiscal 2016 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SPE600-13-D-8026).

Benco Dental Co., Pittston, Pa., has been awarded a maximum $25,685,075 modification (P00005) exercising the second option year period on contract (SPM2DE-11-D-7454) for the distribution of a wide range of general dental supplies.  The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Pennsylvania with a June 13, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Associated Petroleum Products Inc.*, Tacoma, Wash., has been awarded a minimum $24,156,136 fixed-price with an economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Washington with a July 30, 2016 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2016 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4506).

Mansfield Oil Company of Gainesville Inc.*, Gainesville, Ga., has been awarded a minimum $6,660,715 fixed-price with an economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Georgia, Oregon, and Washington with a July 30, 2016 performance completion date.  Using military services are Army, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2016 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4513).

NAVY

Sikorsky Aircraft Corp., Stratford, Conn., is being awarded a $435,315,279 modification to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) to procure four CH-53K System Demonstration Test Article aircraft.  Work will be performed in Stratford, Conn. (17 percent); West Palm Beach, Fla. (17 percent); Wichita, Kan.(15 percent); Salt Lake City, Utah (10 percent); St. Louis, Mo. (4 percent); Bridgeport, W.Va. (3 percent); Windsor Locks, Conn. (3 percent); Ft. Walton Beach, Fla. (2 percent); Redmond, Wash. (2 percent);  Forest, Ohio (2 percent); Jackson, Miss. (2 percent); Cudahy, Wis.(2 percent); Irvine, Calif. (2 percent); Kent, Wash. (1.2 percent); Bristol, United Kingdom (1 percent); Phoenix, Ariz. (1 percent); Chesterfield, Mo. (1 percent); Los Angeles, Calif. (1 percent); Rochester, United Kingdom (1 percent); Buckinhamshire, United Kingdom (1 percent); Longueil, Quebec, Canada (1 percent); Cedar Rapids, Iowa (.8 percent); Twinsburg, Ohio (.8 percent); St. Clair, Pa. (.5 percent),600px-US-DeptOfNavy-Seal.svg and various other locations (8.7 percent).  The work is expected to be completed in June 2017.  Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $48,137,874 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Oshkosh Corp., Oshkosh, Wis., is being awarded an estimated $192,852,826 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of P-19R Aircraft Rescue Fire Fighting vehicles, support and sustainment, to replace the current fleet of truck, firefighting, aircraft crash and structure fire, A/S32 P-19A for the Marine Corps.  Work will be performed in Oshkosh, Wis., and work is expected to be completed by May 29, 2018.  Fiscal 2013 Research Development Test & Evaluation funds in the amount of $2,727,688 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity (M67854-13-D-0214).

The Boeing Co., Seattle, Wash., is being awarded a $53,598,727 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0022) to procure spares in support of the Low Rate Initial Production Lot III of the P-8A Multi-Mission Maritime aircraft.  Work will be performed in Seattle, Wash. (60.80 percent); Linthicum, Md. (14.89 percent); McKinney, Texas (6.44 percent); Valencia, Calif. (4.85 percent); Huntington Beach, Calif. (3.47 percent); Mesa, Ariz. (2.22 percent); Salt Lake City, Utah (1.10 percent); Johnson City, N.Y. (.95 percent); Huntington, N.Y. (.84 percent); Grand Rapids, Mich. (.57 percent); Richmond, Calif. (.50 percent) and various locations throughout the United States (3.37 percent), and is expected to be completed in June 2016.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $53,598,727 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air System Command, Patuxent River, Md., is the contracting activity.

L-3 Communications Corp., Communication Systems, East, Camden, N.J., is being awarded an $8,010,923 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price orders, performance based contract.  The contract is for the procurement of engineering and technical services to support L-3 proprietary systems and integrated peripheral communications equipment for the Coast Guard.  This contract includes options which, if exercised, would bring the cumulative ceiling value of the contract to an estimated $24,888,500.  This contract action merely establishes a potential ceiling value and does not obligate the Navy to fund to the ceiling.  Work will be performed in Camden, N.J. (70 percent); Alameda, Calif. (15 percent); Charleston, S.C. (10 percent); and Petaluma, Calif. (5 percent), and work is expected to be completed by May 2014.  If all options are exercised, work could continue until May 2016.  Fiscal 2009 Navy Working Capital funds in the amount of $25,000 will obligated at the time of award, and will expire at the end of the current fiscal year.  The contract was not competitively procured because it is a sole source acquisition negotiated under 10 U.S.C. 2304(c)(1).  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity (N65236-13-D-7803).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

AMENDED:  The cost-plus-fixed-fee contract announced on May 22, 2013, to collect, analyze, synthesize/process, and disseminate scientific and technical information for the Defense Technical Information Center is amended to the following:  Award of contract is the result of a full tradeoff acquisition between five offerors.  Fiscal 2013 Department of Defense Research and Development contract funds in the amount of $1,455,793 are being obligated on this award.  Enterprise Sourcing Group/PKS, Offutt Air Force Base, Neb., is the contracting activity.  (FA8075-13-D-0001).

ARMY

General Dynamics and Technical Products Inc., Williston, Vt., (W15QKN-13-D-0055); and Capco Inc., Grand Junction, Colo., (W15QKN-13-D-0054); were awarded a firm-fixed-price, multiple-award contract with a maximum value of $27,271,538 for the procurement of M2A1 machine gun gages and special tools.  Performance location and type of appropriation will be determined with each order.  The bid solicited through the Internet, with five bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

Structural Associates Inc., East Syracuse, N.Y., was awarded a firm-fixed-price contract with a maximum value of $24,480,300 to replace the fuel hydrant systems at Westover Air Force Base, Mass.  A combination of fiscal 2009 and fiscal 2012 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Concord, Mass., is the contracting activity (W912WJ-13-C-0004).

Consortium of Universities of the Washington Metropolitan Area, Washington, D.C., was awarded a $10,499,025 modification (P00010), to a previously awardedDepartment of the Army contract (W5J9CQ-11-C-0040), to acquire technical and analytical services of university students and faculty for the conduct of research at the Army Research Institute for the Behavioral and Social Sciences.  A combination of fiscal 2012 and fiscal 2013 are being obligated on this award.  The Army Contracting Command, Research Triangle Park, N.C., is the contracting activity.

Great Lakes Dredge & Lock LLC., Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $10,165,000 for dredging services along the Mississippi River.  Work will be performed in Memphis, Tenn.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, Memphis, Tenn., is the contracting activity (W912EQ-13-C-0017).

Rockwell Collins, Salt Lake City, Utah, was awarded an $8,110,129 modification (0001), to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multi-year, foreign military sales (FMS) contract (W58RGZ-13-D-0145), for services in support of the Longbow Crew Trainer Virtual Geospecific Database Suites.  This FMS contract is in support of Saudi Arabia.  Fiscal 2012 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

The University of Akron, Akron, Ohio, was awarded a $7,530,645 modification (P00002), to a previously awarded firm-fixed-price contract (W9132T-11-C-0035), for the education, technical and outreach products for the Department of Defense Office of Corrosion Policy and Oversight.  The cumulative total face value of this contract is $16,719,706.  Fiscal 2012 research, development, testing and evaluation funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, Champaign, Ill., is the contracting activity.

Nolin Rural Electric Cooperative Corp., Elizabethtown, Ky., was awarded a $7,187,924 modification (P00082), to a previously awarded multi-year contract (DABT23-01-C-0030), for the electrical distribution services at Fort Knox, Ky.  The cumulative total face value of this contract is $53,365,125.  Type of appropriation will be determined with each order.  Five bids were solicited, with four bids received.  The Army Contracting Command, Fort Knox, Ky., is the contracting activity.

600px-US-DefenseThreatReductionAgency-Seal.svgDEFENSE THREAT REDUCTION AGENCY

Institute for Systems Biology, Seattle, Wash., is being awarded a $7,665,557 cost-type contract for research into pre-symptomatic detection of post-operative sepsis for the Defense Threat Reduction Agency in support of the J9 Research and Development Directorate.  Work will be performed in Seattle, Wash, and is expected to be completed May 29, 2016.  Bids were solicited via a broad agency announcement.  Defense Threat Reduction Agency, Ft. Belvoir, Va., is the contracting activity (HDTRA1-13-C-0055).

DEFENSE LOGISTICS AGENCY

Philips Healthcare Informatics, Foster City, Calif., has been awarded a maximum $88,477,787 modification (P00002) exercising the first option year of a two yearDefense_Logistics_Agency base contract (SPM2D1-11-D-8305) with one two-year option and one one-year option periods for digital imaging network-picture archive communication system.  The contract is a firm-fixed-price contract.  Location of performance is California with a June 2, 2015 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2015 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

600px-US-DeptOfNavy-Seal.svgNAVY

ManTech TSG-1 Joint Venture – Fairfax, Va. (N00189-13-D-0019); TASC Inc., Andover, Md. (N00189-13-D-0020); Gryphon Technologies L.C., Washington, D.C. (N00189-13-D-0021); CGI Federal Inc., Fairfax, Va. (N00189-13-D-0022); Alion Science and Technology Corp., Burr Ridge, Ill. (N00189-13-D-0023); Wyle Laboratories Inc., Huntsville, Ala. (N00189-13-D-0024); and Booz Allen Hamilton, McLean, Va. (N00189-13-D-0025), is being awarded a indefinite-delivery/indefinite-quantity, multiple-award contract with fixed-price provisions for operational test and evaluation analytical support services to Command Operational Test and Evaluation Force.  ManTech TSG-1 Joint Venture is being awarded $11,773,778, and if all options are exercised, the total aggregate value will be $35,994,900.  TASC Inc. is being awarded $13,254,787, and if all options are exercised, the total aggregate value will be $40,296,352.  Gryphon Technologies L.C., is being awarded $13,409,846, and if all options are exercised, the total aggregate value will be $41,353,490.  CGI Federal Inc. is being awarded $13,723,896, and if all options are exercised, the total aggregate value will be $41,725,463.  Alion Science and Technology Corp., is being awarded $14,795,958, and if all options are exercised, the total aggregate value will be $45,217,337.  Wyle Laboratories is being awarded $15,408,024, and if all options are exercised, the total aggregate value will be $47,118,477.  Booz Allen Hamilton is being awarded $16,700,031, and if all options are exercised, the total aggregate value will be $51,039,160.  Work will be performed in Norfolk, Va., and work is expected to be completed June 2, 2014.  If all options are exercised, work will continue through June 3, 2016.  Research, Development, Test & Evaluation funding in the amount of $20,000 for the minimum guarantee, will be obligated and will be equally divided among all contractors.  Contract funds will expire at the end of the current fiscal year.  The contract was competitively procured under full and open competition and solicited via the Navy Electronic Commerce On-line and Federal Business Opportunities websites, with seven offers were received in response to this solicitation.   The NAVSUP Fleet Logistics Center, Norfolk, Va., is the contracting activity.

Lockheed Martin Corp., Liverpool, N.Y., is being awarded a $39,050,000 modification to previously awarded contract (N00024-09-C-5300) to exercise a firm-fixed-price option for the Surface Electronic Warfare Improvement Program (SEWIP) Block 2 System low-rate initial production units.  SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System. The SEWIP Block 2 will greatly improve the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration.  Work will be performed in Syracuse, N.Y. (68 percent), and in Lansdale, Pa. (32 percent), and is expected to be completed by September 2014.   Fiscal 2013 Other Procurement, Navy funding in the amount of $39,050,000 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Fullerton, Calif., is being awarded a $14,633,925 modification to a previously awarded cost-plus-incentive-fee contract (N00019-08-C-0034) for the Joint Precision Approach and Landing System (JPALS) maintenance Design Phase II.  This modification includes assessing, documenting and implementing design modifications to the existing maintenance design to allow for increased organizational level maintenance of the JPALS Increment 1A Ship system.  Work will be performed in Fullerton, Calif. (60 percent); Cedar Rapids, Iowa (28 percent); and Indianapolis, Ind., (12 percent); and is expected to be completed in December 2013.  Fiscal 2012 and 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $13,944,653 are being obligated on this award, $5,326,104 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Honeywell International Inc., Aerospace Defense & Space, Albuquerque, N.M., is being awarded a $9,029,507 firm-fixed-price contract for the procurement of 121 advanced multi-purpose displays for the F/A-18E/F and EA-18G aircraft.   Work will be performed in Albuquerque, N.M., and is expected to be completed in January 2015.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $9,029,507 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0048).

ARMY

CORRECTION (dollar amount corrected from 24 September 2012 release)

BAE Systems Land and Armaments L.P., Sterling Heights, Mich., was awarded a cost-plus-incentive-fee contract with a maximum value of $234,330,410 for theDepartment of the Army engineering design, logistics and test and evaluation services in support of the Bradley Engineering Change Proposal Effort.  Work will be performed in York, Pa.; Sterling Heights, Mich.; Santa Clara, Calif.; and Akin, S.C.; with an estimated completion date of Sept. 29, 2017.  Fiscal 2011 research, development, testing and evaluation funds in the amount of $55,899,804 were obligated at time of award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-12-C-0358).

600px-US-DeptOfNavy-Seal.svgNAVY

Bell Helicopter Textron Inc., Fort Worth, Texas, is being awarded a $50,631,117 modification to a previously awarded advance acquisition contract (N00019-13-C-0023) to provide additional long lead parts and components required for the manufacture and delivery of 15 Lot 11 UH-1Y Build New aircraft and 10 Lot 11 AH-1Z Build New aircraft for the Marine Corps.  Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in September 2014.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $50,631,117 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems San Diego Ship Repair Inc., San Diego, Calif., was awarded May 24, 2013, a $49,796,139 modification to previously awarded cost-plus-award-fee contract (N00024-11-C-4408) to definitize the USS Russell (DDG 59) fiscal 2013 extended dry-docking selected restricted availability.  An extended dry-docking selected restricted availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities.  This modification includes options which, if exercised, would bring the cumulative value to $50,258,933.  Work will be performed in San Diego, Calif., and is expected to be completed by February 2014.  Funding in the amount of $49,796,139 will be obligated at time of award.  Fiscal 2013 Operations & Maintenance, Navy and Fiscal 2013 Other Procurement, Navy contract funds in the amount of $38,064,531 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

Breeze Eastern Corp., Whippany, N.J., is being awarded a $7,002,145 modification to previously awarded contract (N00383-12-D-002F) to exercise option year one for the repair of five items required to support the H-53 helicopter.  Work will be performed in Whippany, N.J., and is expected to be completed Nov. 21, 2013.  If all options are exercised, work will continue through Nov. 21, 2017.  No funds will be obligated at the time of award.  No contract funds will expire at the end of the current fiscal year.  One company was solicited for this non-competitive requirement via the Navy Electronic Commerce Online website, with one offer received in response to the solicitation in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapons Systems Support, Philadelphia, Pa., is the contracting activity.

Universal Propulsion Co., Fairfield, Calif., is being awarded a $6,674,272 firm-fixed-price contract to manufacture 286 each digital recovery sequencer kits, 452 each power modules and 36 each electronic modules as kit sub-component replacement spares in support of F-15, F-16, F-117 and B-1 aircraft for the Cartridge Actuated Device/Propellant Device Joint Program Office, Naval Surface Warfare Center, Indian Head Division.  Work will be performed in Fairfield Calif., and work is expected to be completed by Nov. 14, 2014.  Fiscal 2012 Procurement of Ammunition, Navy, Marine Corps, Air Force, and Fiscal 2010 Foreign Military Sales funds in the amount of $6,674,272 will be obligated at time of the award.  Contract funds will not expire before the end of the current fiscal year.  This contract combines purchases for the U.S. Navy (39.753 percent) and the governments of Turkey (12.802 percent); Pakistan (9.986 percent); Korea (6.401 percent); Saudi Arabia (5.488 percent); Columbia (5.121 percent); Poland (5.121 percent); Greece (4.913 percent); Indonesia (3.072 percent); Bahrain (1.536 percent); Jordan (1.536 percent); Netherlands (1.366 percent); Portugal (1.024 percent); Taiwan (0.857 percent); Egypt (0.768 percent); and Denmark (0.256 percent) under the Foreign Military Sales Program.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-C-K074).

DEFENSE LOGISTICS AGENCY

Invive Corp., Orlando, Fla., has been awarded a maximum $11,872,052 modification (P00004) exercising the second option year of a one-year base contract (SPM2D1-11-D-8346) with seven one-year option periods for radiology systems, subsystems, and components.  The contract is a fixed-price with economic price adjustment contract.Defense_Logistics_Agency  Location of performance is Florida with a May 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Digirad Corp.*, Poway, Calif., has been awarded a maximum $10,923,649 modification (P00011) exercising the fourth option year of a one-year base contract (SPM2D1-09-D-8330) with seven one-year option periods for radiology systems, subsystems, and components.  The contract is a fixed-price with economic price adjustment contract.  Location of performance is California with a May 31, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

The Air Force is finalizing a descoping of requirements with Lockheed Martin Space Systems Co., Strategic & Missile Defense Programs, Air Force Programs, King of Prussia, Pa., for -$7,843,972.  The modification (P00040) will result in a credit to the government, and a reduction in the total cumulative face value of the contract (FA8814-08-C-0003) to $57,292,347.  Government determined this payload delivery vehicle will not proceed for further development to operations.  The modification descopes aeroshell and avionics requirements and reduces the quantity and scope of hypersonic related trade studies.  Work was performed at King of Prussia, Pa., and was completed on April 30, 2013.  The contracting activity is Space and Missile Center/XRC, Contracting for Development Planning Directorate, Los Angeles Air Force Base, Calif.

AMENDED:  The indefinite-delivery/indefinite-quantity with provision to issue firm-fixed-price and cost-plus-fixed-fee task orders, multiple-award contract announced on April 12, 2013, for advisory and assistance services in support of the Air Force civil engineer mission is amended to add the following companies as awardees:  Unified Business Technologies Inc., Troy, Mich., Cherokee Nation Technology Solutions LLC, Lakewood, Colo., and EMLS-FutureNet JVLLX, Detroit, Mich.  An amount of $3,000 will be obligated on task order 0001. 772nd Enterprise Sourcing Squadron, Lackland Air Force Base, Texas, is the contracting activity.  (FA8903-13-D-0008, FA8903-13-D-0010, FA8903-13-D- 0015)

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES 

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Public Buildings Service (PBS), GSA, PBS, Property Development Division (9P2), 450 Golden Gate Avenue, 3rd Fl. West San Francisco CA 94102

R — Art in Architecture (AiA) U.S. CourthouseLos Angeles, CA GS-09P-13-KT-C-0003 113012 Mr. William Caine, Phone 202.501.4271, Email william.caine@gsa.gov ART IN ARCHITECTURE PROJECT
GSA Synopsis for Artist Services
Artist Services Synopsis Number: GS-09P-13-KT-C-0003

FBO Classification: R499
NAICS: 711510

Description:

The General Services Administration (GSA) Art in Architecture Program commissions American artists (citizens and Lawful Permanent Residents or Permanent Workers of the United States) to create publicly scaled and permanently installed artworks for federal buildings nationwide.

GSA announces an opportunity for a federal art commission in conjunction with the new construction of U.S. Courthouse in Los Angeles, CA.

This project provides for the construction of a new courthouse in downtown Los Angeles, CA. The site/design and construction prospectus will be designed to meet the amended 30-year requirements of the U.S. District Courts and related agencies with the initial build-out to house the 10-year housing requirements. The Project involves the design and construction of an approximately 600,000 gross square foot courthouse, including 110 controlled-access indoor parking spaces, in Los Angeles, California.

This Project is an opportunity in design and construction excellence. GSA intends to build a new United States Courthouse that shall be a focus of pride for the community it serves, as well as the nation. The Project shall be a functional, innovative, sustainable, cost-effective, state-of-the-art, court facility that will contribute to the overall design quality of downtown Los Angeles.

GSA generally allocates one-half of one percent of the estimated construction costs for new or modernized federal buildings for art commissions. The art budget for the new U.S. Courthouse project is currently estimated to be $1,500,000. One or more artists will be awarded a fixed-price contract for a commission.

Artists who wish to be considered for this and all future GSA art commissions must submit application materials to GSA’s National Artist Registry (Registry). The Registry constitutes the qualified list of artists for this and all GSA commissions. Instructions on how to join the Registry are available on the following Web site:

http://www.gsa.gov/artinarchitecture

All artists who wish to be considered as candidates for a commission at the U.S. Courthouse in Los Angeles, CA, must have their application materials submitted and received by GSA by 5:00 PM Eastern Time on November 30, 2012. Artists’ submissions received after the deadline will not be considered for this project, but will be eligible for consideration on future GSA commissions alongside the other artists on the Registry. Artists already on the Registry need not resubmit, but may elect to update their information prior to the deadline. If any technical questions arise regarding this posting please contact Mr. William Caine, Art in Architecture Program, Office of the Chief Architect at william.caine@gsa.gov or 202.501.4271.

GSA evaluates artists based on the following criteria: the media, materials, content, style, and scope of the artist’s past work, along with the artist’s past performance and experience with commissions or projects similar to the one described in this synopsis. Short-listed artists will be contacted and asked to submit additional information including a price proposal for the contemplated project. GSA has determined that the combined weight of all the technical selection criteria is significantly more important than price.

At a minimum, the scope of services for this commission will require: collaboration with the lead designer selected for the building project; development of preliminary and final concepts; fabrication of the artwork; participation in meetings and conservation reviews as necessary; and the installation of the artwork at the project site.

Place of Performance: 107 S Broadway Los Angeles, CA 90012 US URL: https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-13-KT-C-0003/listing.html
OutreachSystems Article Number: 130606/PROCURE/0089
Matching Key Words: naics!711510; 


Department of Agriculture, Forest Service, National Interagency Fire Center, U.S. Forest Service, Contracting Owyhee Building – MS 1100 3833 S. Development Avenue Boise ID 83705-5354

99 — Wildland Fire Photography and Video Services AG-024B-S-13-0005 041513 Jason P. Brandt, Contract Specialist, Phone 208-387-5231, Fax 208-387-5384, Email jbrandt@fs.fed.us – Tonya R. Rymer, Contracting Officer, Phone (208) 387-5669, Fax (208) 387-5384, Email trymer@fs.fed.us It is the intent of this solicitation (AG-024B-600px-US-DeptOfAgriculture-Seal2.svgS-13-0005) to secure a Blanket Purchase Agreement(s) (BPA(s)) for the Forest Service, Fire and Aviation Management located at 3833 S. Development Ave. Boise, ID 83705. This solicitation / Request for Quote (RFQ) is for a Wildland Fire Photography and Video Services. The contractor’s primary responsibility will be to provide still photograph and/or video shooting, editing, logging, filing, and labeling services for the U.S. Forest Service Washington Office Fire and Aviation Management Program. Photographers and/orvideographers must have the capability to shoot still photographs and/or video on very short notice (often 24 to 48 hours); to travel to remote forest and rangeland locations by commercial carrier, personal or rental vehicle; to endure high temperatures and smoke; to follow instructions from fire personnel assigned to assist them; to hike for moderate to long distances in steep terrain carrying gear needed for safety, sustenance, and to perform the work; and to shoot still photographs and/or video from fixed wing aircraft or helicopters.
The Government will establish Basic Purchasing Agreement(s) (BPA(s)) to the responsible offeror(s) whose offer(s) conforming to this solicitation will be most advantageous and best value to the Government, price and other factors considered. [Multiple awards may be made]

The solicitation is a total small business set aside. The North American Industry Classification System (NAICS) code the Government anticipates this requirement will fall under is 541922 (Commercial Photography) with a size standard of $7.0 million.

Set-Aside: Total Small Business Place of Performance: 3833 S. Development Avenue Boise, ID 83705 US URL: https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-13-0005/listing.html
OutreachSystems Article Number: 130606/PROCURE/0863
Matching Key Words: video*; edit*; business*; instruct*; commercial?; 

US Dept Of LaborDepartment of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815 170 South Independence Mall West Philadelphia PA 19106-3315

99 — Food Sevice – Cafeteria/Culinary Arts FS060113 061813 Kimberly M Castle, Buyer, Phone 6064332258, Email castle.kimberly@jobcorps.org ;
p;
THIS IS A SUBCONTRACING OPPORTUNITY

The Carl D. Perkins Job Corps Center, operated by Horizons Youth Services, is requesting bids to supply the center cafeteria and culinary arts class with food and supplies.   The products must meet mid-grade level.   At a minimum, by-weekly deliveries are required.   The award period will consist of July 1, 2013 – September 30, 2013.

The attached spreadsheet contains a complete list of items and to be purchased.   Bidders are required to enter pricing on the spreadsheet provided only.   Enter the pack size and cost in spaces provided only.   Bids submitted in other formats will be disregarded.

Completed bids must be e-mailed to castle.kimberly@jobcorps.org by the deadline of June 18, 2013 4:00 EST.   Late bids will not be accepted.

If you have any questions, please let me know.

Place of Performance: Carl D. Perkins Job Corps 478 Meadows Branch Prestonsburg, KY 41653 US URL: https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/FS060113/listing.html
OutreachSystems Article Number: 130604/PROCURE/0387
Matching Key Words: state!ky; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Persian Language Entertainment Show BBG50-R-12-1116 121712 Myria ED Carpenter, Contract Specialist, Phone 202-205-8597, Fax 202-260-0855, Email mecarpen@ibb.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov Synopsis:
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. BBG50-R-13-1116 is issued as a Request For Proposal (RFP) and a firm-fixed-price contract will be awarded, subject to the availability of Fiscal Year 2013 funding, using theBroadcasting Board of Governors contracting by negotiation procedures used in FAR Part 15.
(iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 dated October 15, 2012. (iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 512110. The small business size standard is $29.5M.
(v) The Offeror shall provide the following items -
CLIN No. 1 Base Period: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 2 Option Year 1: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 3 Option Year 2: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 4 Option Year 3: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
CLIN No. 5 Option Year 4: The Contractor shall provide a youth oriented thirty (30) minute TV entertainment program in Farsi
(vi) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Office of Contracts (CON) and the Voice of America (VOA), (designated Agency herein), located in Washington, D.C. anticipate a need (subject to availability of funding) for a Contractor to provide original programming for Voice of America broadcasts. The programming must include thirty (30) minutes of youth (18-35 years old audience) oriented stories in Farsi in accordance with the following:
A. OVERVIEW:
This program shall appeal to the Farsi speaking, youth-oriented audience demographic. This show should be aesthetically and musically entertaining and be able to attract and retain the target audience.

B. CONTRACTOR PERFORMANCE REQUIREMENTS:
The Contractor shall be responsible for all labor and other miscellaneous costs required to write, produce, and edit a total of twenty six (26) Farsi language entertainment television shows specifically targeting the 18-35 year old demographic audience. Each program shall be shot and delivered in high definition 16 x 9 video format. The Contractor shall adhere to the highest standards of professional broadcast journalism in all aspects of the show’s creation and production, including double sourcing of all information, and must follow the guidelines in the VOA Journalistic Code (attached) and the VOA Best Practices Guide, which will be provided after award.

The Contractor shall provide a show that includes at least one to two Farsi language-qualified on-air talent as the hosts of the show, camera operators, lighting crews, audio engineers, and a team of professional and experienced writers, producers, and editors. The Contractor shall provide thirty (30) days’ notice to the Agency before replacing or making a change to the on-air talent.
The Contractor’s personnel must speak both Farsi and English fluently. The Contractor shall have exclusive and behind the scenes access to high profile events, parties, concerts, celebrities, fashion houses, charities, musicians, entertainers, artists, actors, politicians, and people of interest from both the United States and the Middle East. The Contractor shall have the ability to shoot on location in D.C., L.A., New York, Miami, and other U.S. and international cities, depending on events. Each episode shall include music, fashion, comedy, art, entertainment, interviews, backstage access that will make it appealing to the target audience. Episodes shall contain interviews with leading Iranian, Iranian American and American entertainment, fashion, and technology personalities.
The Contractor shall use its own resources (i.e. acquired programming from various sources and other rights holders, etc.) and equipment for all aspects of content production, including but not limited to video editingand television studio equipment.

The shows must be produced without any political slant or influence and without any advertising and must not contain any lewd or lascivious content that may be offensive to the target audience. The shows should feature live events, film reviews, celebrity interviews, etc.
The delivered product must be 95 percent error free and have a total run time that is within twenty (20) seconds of the required twenty nine (29) minute runtime.
Pursuant to FAR 52.227-17, Agency shall own the copyright of any data produced in the performance of this contract.

Contractor shall not register a trademark for any marks, names, or logos, or slogans associated with the show, and must agree to fully cooperate with Agency efforts to seek trademark registration, if any.

C. DEADLINES:
All work provided under this contract shall be completed and delivered by the timeframe outlined here or as agreed upon by the Agency and the Contractor. Each completed episode must be delivered with a rundown on the day before the episode’s initial scheduled airing for Agency review and comment. The Agency will review the show within one day of delivery and provide feedback to the Contractor. The Contractor will revise the episode, as needed, and must incorporate Agency’s recommended changes. The first episode must be delivered within twenty (20) days of contract award. The Government and Contractor will finalize the first episode within ten (10) days. Four (4) episodes shall be completed every 30 days after the first episode is accepted by the Government. All episodes must be delivered not less than twenty four (24) hours before the initial scheduled airing. All twenty six (26) episodes shall be completed and delivered to Agency by June 30, 2013.

D. SPECIAL EXPERTISE NEEDED:
The Contractor is responsible for undertaking all tasks to complete the episode such as acquiring equipment, subcontracting, etc. in order to deliver a finished product. The quantity and the quality of the shows shall be reviewed by the COR to ensure that the Contractor is meeting the requirements of Agency.

E. Submission of Invoices:
The Contractor must submit a detailed invoice to the Contracting Officer Representative (COR) for programs completed and accepted by the Government. All payments shall be made 30 days after receipt and acceptance of a proper invoice, in accordance with the Prompt Payment Act. The Agency intends to change its current invoicing procedures to an optical reader system. The contractor may be required in the future to use a standard invoice template. Any costs associated with complying with the invoice change will be at the Contractor’s expense.
(vii) The period of performance is for a base period of twelve months from the date of award with four (4) one (1) year options subject to the needs of Agency and the availability of funding for the above purpose.
(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. The Offeror shall demonstrate the ability and experience in providing the required services. Interested Offerors shall submit with their proposal a narrative about how they will provide the services, in addition to listing similar projects with the same or like requirement, with budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references that have direct knowledge of the Offeror’s skills and experience. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Narrative and detailed information on the requirement. [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information. [3] Sample materials (either a Pilot or previously completed materials in either a flash drive or DVD format) that demonstrate the Contractor’s ability to deliver the work specified under this Solicitation [4] Prices for all of the listed CLINs which shall be noted in English language and United States dollars.
(ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the RFP will be most advantageous and provide the best value to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost and price. The following evaluation factors are listed in order of importance shall be addressed in the technical proposal. These factors shall be used to evaluate technical proposals:
1). Technical Approach – The Offeror must demonstrate its ability/capability to produce broadcasting quality programming of the kind required herein. The Offeror shall submit a pilot episode, of no less than five (5) minutes and no more than thirty (30) minutes in length to be evaluated for broadcasting and editorial quality; 2). Management Approach – The Offeror shall describe how it will comply with the technical requirements and meet the schedule; 3) Experience – The Offeror shall provide evidence of its demonstrated experience producing programs in Farsi and how this experience will help satisfy BBG’s requirement; 4) Past Performance – The Offeror is required to provide three (3) references from previous customers for same or similar services to the requirement within the last three (3) years of the date of this Solicitation. Offerors shall provide the names of three (3) clients and the following information: (i) client’s business name and address, as well as the name, email and telephone number of a contact person at the client’s business; (ii) dollar amount of the contract; (iii) term of the contract; and (iv) brief description of the work performed. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance; and 5) a separate Price Proposal showing a breakdown of how the price was developed for the above Contract Line Item Numbers (CLINs) in English language and US dollar amounts. The Offeror shall note that the CLINs shall be firm-fixed price for each program. The Offeror’s proposed prices shall include all required costs.
(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAM) formerly the CCR Web site at:https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.
(xi) The FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items applies to this acquisition with addendum to the clause. The addendum is as follows:
CONTRACTING OFFICER REPRESENTATIVE The Contracting Officer will appoint by letter an Contracting Officer Representative of the (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract. It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract. THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION(s) NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.
(End of clause)
NOTICE OF DELAY In the event the Contractor becomes aware of a potential delay, the Contractor shall immediately notify the Contracting Officer and COR via email. Such email shall include the nature of the delay and whether it will have any impact (positive or negative) on the Contract.
(End of clause)
(xii) FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Item applies to this acquisition and incorporates the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-6 Liquidated Damages – Subcontracting Plan; 52.219-28 Post Award Small Business Representation; 52.222-3 Convict Labor; 52.222-19 Child labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer. (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.217-9 Option to Extend the Term of the Contract; 52.227-17 – Rights in Data – Special Works; 52.232-18 Availability of Funds; and 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customarycommercial practices.
(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.
(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral, email or faxed proposals will not be accepted. Questions must be submitted in writing to Ms. Myria Carpenter via e-mail at mecarpen@bbg.gov. Written questions must be received by 12:00 p.m., Daylight Savings Time on December 7, 2012. Technical proposals shall be submitted with an original and three (3) copies. Price proposals shall be submitted with an original and one (1) copy. Proposals may be sent via courier or overnight delivery before the closing deadline below. Proposals are due to be submitted to Herman Shaw, Contract Officer, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 before 12:00 noon on December 17, 2012. All responsible sources may submit an offer which will be considered by the BBG.

Place of Performance: , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-1116/listing.html
OutreachSystems Article Number: 130601/PROCURE/0081
Matching Key Words: video*; film?; edit*; produc*; web; site?; business*; entertain*; event?; produce?; production?; instruct*; commercial?; naics!512110; 


600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

R–Eight(8) Contract personnel positions for KY Army National Guard W912KZ-13-R-0003 070113 Diane Hutchinson, 502-607-1390 USPFO for Kentucky 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; proposals are being requested and a written solicitation will not be issued.

RFP# W912KZ-13-R-0003 is being issued as a request for proposal. This procurment is a total set-aside for Hubzone businesses with applicable NAICS code of 561320 and small business size standard of $25.5 million.
Set-Aside: HUBZone Place of Performance: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY 40601-6192 US URL:https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ-13-R-0003/listing.html
OutreachSystems Article Number: 130601/PROCURE/0083
Matching Key Words: age:state!ky; state!ky; 


United States Postal Service, Supplies and Services Purchasing, Services Purchasing (Headquarters), 475 L’Enfant Plaza SW Room 4541 Washington DC 20260-6237

R — Equal Employment Opportunity (EEO) Investigator 2B-13-A-0068 061713 Patricia K. Goode, Phone 3037431262, Email patricia.k.goode@usps.gov Solicitation forUnited_States_Postal_Service_Logo.svg Investigative Services for the United States Postal Service
The Supplier will perform investigations of discrimination complaints, management initiated investigations of harassment allegations that are not discrimination complaints, and compensatory damages claims and prepare Reports of Investigation (ROI) for the United States Postal Service (USPS) National Equal Employment Opportunity Investigative Services Office (NEEOISO) and its federal agency customers.

The Supplier will conduct a thorough investigation for each case assigned to identify and obtain evidence from all relevant sources and gather sufficient information relevant to the issues in the complaint for the USPS, its federal agency customers, or EEOC to determine the validity of the claim(s) and any remedies as appropriate. The Supplier will perform the investigation by:

a. Preparing an Investigative Plan;
b. Obtaining documentary information, including relevant statistics;
c. Securing testimony from complainants and witnesses;
d. Submitting a draft ROI, based on a complete review and analysis of the facts; and
e. Submitting a final ROI, based on a complete review and analysis of the facts.

If you are qualified to perform the above services and are interested in applying for the position, you will need to respond to the information under Section D on page 19 of the Solicitation attached.

Pages 2 through 14 of the Solicitation are the Provisions and Clauses that are required for you to accept in order to provide services for the United States Postal Service. Signing the attached 8203 is your acceptance to these conditions.

Pages 16 through 18 are the Statement of Work (SOW) which explains the type of work you will be performing.

Pages 19 through 23 is information on your proposal, how to submit and the qualifications. As mentioned under item B, you are limited to only three (3) pages for your responses to the Technical & Supplier Capability and Past Performance. On page 20, under Technical & Supplier Capability, the items are listed as i, ii, iii, etc, I recommend that you only list the letter and then your response to save space; the same with Past Performance. If you exceed the three (3) pages for your response to these, we will remove the last pages that exceeds that number and the evaluation will only be performed on the first three (3) pages.

Note – Cover pages, tables of contents and resumes do NOT count towards the page limitation.

Items that need to be Submitted
Signed 8203
Pages 5 & 6 of solicitation with responses to Provision 4-3 Representations and Certifications
Responses to the qualifications for Technical & Supplier Capability and Past Performance (limited to 3 pages)
Resume

NOTE:   THIS IS AN AGREEMENT BETWEEN AN INDIVIDUAL AND THE USPS ONLY!  APPLICATIONS SUBMITTED BY COMPANIES WILL NOT BE ACCEPTED.

Place of Performance: Home-Based US URL: https://www.fbo.gov/spg/USPS/SSP/SPHQ/2B-13-A-0068/listing.html
OutreachSystems Article Number: 130601/PROCURE/0086
Matching Key Words: documentar*; 


190px-United_States_Army_Corps_of_Engineers_logo.svgDepartment of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

99–Janitorial Services for the U.S. Army Corps of Engineers, Real Estate Division, including the states of Michigan, Kentucky, and Illinois. W912QR-13-R-0046 062813 Michael Hutchens, 502-315-6180 USACE District, Louisville 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; proposals are being requested and a written solicitation will not be issued.

This request for Proposal (RFP) is for Janitorial Services for the U.S. Army Corps of Engineers, Real Estate Division; including the states of Michigan, Kentucky, and Illinois. Services will begin on date of award and continue through 31 May 2018. NOTE: This solicitation is for the award of no fewer than three (3) and no more than five (5) IDIQ contracts consisting of a five year base period. This procurement is set-aside 100% for Service-Disabled Veteran-Owned Small Business concerns under NAICS code 561720, with a Size Determination of $16.5 million. Award will be based on the Best Value to the Government. The following factors, listed in relative order of importance, will be evaluated for award; Relevant Experience, Confidence in Performance, and Price. There is no bonding requirement for this procurement. Payment will be med using Electronic Funds Transfer (EFT). Refer to FAR Clause 52.232-33 – Payment by Electronic Funds Transfer for details. Proposals will not be accepted for quantities less than the quantities specified in the bid schedule. Failure to submit a unit price for all items listed (base year and option years) will be considered as a material deviation from the requirements of the RFP and the proposal will be rejected.
Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL:https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-R-0046/listing.html
OutreachSystems Article Number: 130601/PROCURE/0469
Matching Key Words: age:state!ky; state!ky; 


Department of the Army, Army Contracting Command, MICC, MICC – Fort Polk, MICC – Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000

T–Visual Information Services at Fort Polk, LA W9124E13TVISI 060713 Matthew Wiggins, 337-531-0906 MICC – Fort Polk THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation or pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future. This information is being submitted for the purpose of seeking sources only.
Prospective offerors are requested to complete and return a Capabilities Statement as described in the attached Questionnaire file to determine which companies possess the 150px-AMC_duicapability, experience and financial ability to perform the proposed contract services. Offerors that do not return the attached Questionnaire completely filled out (adding any Not Applicable statement where needed) by the date and closing time (found near the end of this Sources Sought) to matthew.c.wiggins4.civ@mail.mil will be considered non-responsive. The U.S. Government is in no way obligated to do business with, or to enter into, any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest, in providing the Visual Information Services.

REQUIREMENT:
Mission and Installation Contracting Command – Fort Polk, LA seeks small business sources that are able to provide Visual Information Services for Fort Polk (as further described by the attachments and DRAFT Performance Work Statement). The North American Industry Classification System (NAICS) code(s) is 512110 (Motion Picture and Video Production) and corresponding Small Business Size Standard is $30.0 Million or less. The proposed contract type, if awarded is anticipated to be primarily Firm Fixed Price.

SCOPE:
The contractor shall be required to perform Visual Information, Photography, Presentation, and Graphic Arts, and Equipment support services In Accordance with the attached Draft PWS and Applicable Attachments PDF files .

REQUEST FOR CAPABILITIES STATEMENT:
Interested businesses should provide a completed attached questionnaire to matthew.c.wiggins4.civ@mail.mil.
All interested parties are encouraged to email responses to Matthew Wiggins at email matthew.c.wiggins4.civ@mail.mil No Later Than 09:00 AM (Central Standard Time) 07 June 2013. NO TELEPHONIC COMMUNICATIONS WILL BE ACCEPTED.

DISCLAIMER: This is a request for information (RFI) and is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned.

Set-Aside: Total Small Business Place of Performance: MICC – Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA 71459-5000 US URL:https://www.fbo.gov/notices/571aed7f4724d646be24d8d65a5402ba
OutreachSystems Article Number: 130601/PROCURE/0493
Matching Key Words: video*; produc*; business*; production?; naics!512110; 

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC Senior Private Sector Development Specialist, USAID/Kyrgyz Republic, Bishkek 22-2013 061413 Damira Sagyrbayeva, Phone 77272507612, Email dsagyrbayeva@usaid.gov ISSUANCE DATE: 05/30/2013
CLOSING DATE: 06/20/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 22-2013
USPSC Senior Private Sector Development Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.

Submissions shall be in accordance with the attached information at the place and time specified.

Any questions may be directed to Markus Dausses, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
or e-mail almaexo_hr@usaid.gov.

Offerors should retain for their records copies of all enclosures which accompany their proposals.

Sincerely,

Markus Dausses
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 22-2013

1. SOLICITATION NUMBER: 22/2013
2. ISSUANCE DATE: 05/30/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 06/20/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Private Sector Development Specialist
5. MARKET VALUE: $84,697-$110,104 per annum (GS-14 equivalent) with 25% Post Differential (currently) (if no qualified candidates available at market value – salary history may be considered)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:

A) BACKGROUND

The USAID Kyrgyz Republic Mission (USAID/KR) is headquartered in Bishkek, Kyrgyz Republic, a sub-office in Osh, Kyrgyz Republic. The Kyrgyz Republic is bordered by Kazakhstan, Uzbekistan, Tajikistan, and China. The Kyrgyz Republic is an emerging parliamentary democracy still recovering from a violent political transition in 2010. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States.

The U.S. Government’s program of assistance in the Kyrgyz Republic is focused on the growth of diversified enterprise and trade; building a more open, democratic culture; better management of environmental resources, including energy; and improved primary healthcare and education services. The mission manages over $50 million in assistance funds annually. The Mission implements its programs together with more than 30 contractor and grantee teams.

The Mission currently has three technical offices: the Economic Development Office (EDO), the Democracy and Governance Office (DGO) and the Health and Education Office (HEO). The Mission also maintains a cross-cutting office with a large role in economic development activities. The EDO is responsible for the management of a large portfolio (approximately $20 million/year). These activities currently include a robust agriculture program, private sector diversification, energy sector reform, and macro-economic reform. The office must closely coordinate with the cross-cutting portfolio as well as regional programs managed from the USAID/Central Asian Republics Mission (USAID/CAR), which is headquartered in Almaty, Kazakhstan. EDO activities fall under seven Program Areas:

• 4.1 Macroeconomic Foundation for Growth
• 4.2 Trade and Investment
• 4.3 Financial Sector
• 4.4 Infrastructure
• 4.5 Agriculture
• 4.6 Private Sector Competitiveness
• 4.7 Economic Opportunity

The Economic Development Office Director (Office Director) is being recruited to serve in a management capacity with a high level of responsibility within the USAID/KR mission. The Office Director will serve as atechnical specialist in the design and management of USAID programs supporting economic development and economic diversification throughout the Kyrgyz Republic. In addition, the Office Director will provide a high level of support to the EDO in a management and administrative capacity. The range of responsibilities and functions are outlined below.

B) DUTIES AND RESPONSIBILITIES

Under the general guidance of the USAID/KR Mission Director, the Office Director has the following duties and responsibilities:

Activity and Strategy Development (30%):

1) Serves as the Mission’s technical lead on economic development, advising Mission management on all issues as they pertain to economic development in the Kyrgyz Republic. Where opportunities arise, the Office Director coordinates the integration of EDO activities with activities of other technical offices’ portfolios and with regional activities managed by the USAID Central Asian Republics Mission.

2) Serves as the USAID technical lead for regional economic development programs as related to the Kyrgyz Republic. The Office Director coordinates and integrates USAID/KR EDO programs with USAID/CAR program as well as those of USAID’s South Asian missions. The USAID/CAR EDO Director is a key point of contact, technical cooperation and guidance for the Office Director.

3) Serves as the technical lead on economic development, contributing to the design and management of activities that fall under the Mission’s cross-cutting initiatives.

4) Conceptualizes and designs projects and programs that contribute optimally to long term development of the economic development program.

5) Directs Mission dialogue with Kyrgyz government representatives in the areas of economic development, market environment, financial markets, and financial institutions.

6) Represents the Mission in discussions with economic development advisors and analysts from other donors, including the World Bank, the Asian Development Bank and the International Monetary Fund.

7) Leads the Mission’s management of Global Development Alliance and Public-Private-Partnership initiatives, which entails significant effort in outreach to private-sector firms (domestic and international) to development alliances and partner relationships.

8) Manages all elements of the economic development portfolio in the Kyrgyz Republic, including liaison with senior technical officers in USAID/CAR and USAID/Washington, the U.S. interagency group, Kyrgyz government officials.

9) Ensures coordination and alignment of USAID/CAR Economic Growth activities with those of other USG agencies.

10) Supervises and provides technical direction and guidance to the work of technical advisors in the EDO to conceptualize and implement new and ongoing activities.

11) Coordinates activities with Mission Director and the Strategy and Program Office to provide continuous reporting on private-sector development to ensure maximum program impact with the available resources and to work in step with market reforms.

Economic Development Office Portfolio Management, Support, and Representation (30%):

12) On a continual basis, the Office Director critically reviews USG and other donor activities to ensure maximum coordination and leverage for USG policy initiatives. Based on a thorough understanding and analysis, the incumbent recommends new and/or changes to existing programs and activities. The Office Director works closely with the Office of Acquisition and Assistance to participate in project design teams for the development of scopes of work (SOW) and/or program descriptions for new activities, project assessments, evaluations and other related efforts. The Office Director assures quality control and timely preparation of financial obligating documents and authorizations as required by the USAID/KR mission.

13) Takes the lead for the EDO in program management/administration in terms of budget and reporting processes, including tracking and maintaining budget information, as well as coordinating all information for reporting purposes.

14) The Office Director takes the lead in producing annual reporting documents including the Performance Plan Report (PPR), the Operational Plan (OP), Portfolio Reviews, Strategy Reviews, Mission Resource Requests (MRR) and related or similar documents.

15) Serves as the primary point person and take the lead within the EDO on ensuring that U.S. Government gender, people with disabilities, and environmental compliance regulations are followed and met.

16) Coordinates the EDO’s procurement planning processes including serving as a liaison on procurement issues with the Office of Acquisition and Assistance, overseeing the preparation and updating of the annual procurement plan in compliance with USAID/KR’s established deadlines and ensuring that USG procurement regulations including PALT timelines, waivers, and statutory checklists are understood, followed and completed by the EDO.

17) Oversees the Public Outreach efforts of the EDO: assisting in the development of briefing materials, newsletters and press releases on assistance programs and ensuring that all outreach and media materials are of a high quality, coordinating with Public Outreach and the USAID/KR Communications Specialist establishing a close working relationship with the Public Affairs section in the U.S. Embassies of all five USAID/CAR presence countries.

Program Monitoring, Evaluation, and Management (40%):

18) Provides regular and frequent reporting to the Mission Director, the Deputy Mission Director, and USAID/Asia Bureau desk officer on progress, impacts, problems, constraints, and issues related to USAID private-sector development programs in the Kyrgyz Republic.

19) Ensures that administrative and accountability requirements related to USAID economic development projects are handled in accordance with established policies and procedures, in consultation with USAID Controller and Executive Officer in Almaty.

20) Plans and designs evaluation instruments as needed to make informed program design and management decisions. Conduct or lead data gathering, research and analysis, and dialogue with counterparts necessary to inform program design decisions. Evaluate the costs, benefits and effectiveness of projects.

21) Serves as Assistance Officer’s Representative and/or Contracting Officer’s Representative (AOR or COR), or as alternate AOR or COR, for economic development.

22) Supervises three senior FSNPSC Project Management Specialists in the administration of their duties.

23) Mentors EDO FSNPSCs, works with staff on individual staff development plans, identifying appropriate training and professional growth opportunities.

C) POSITION ELEMENTS:

1. Supervision received: The incumbent will work under the general policy and technical guidance of the USAID/KR Mission Director or his/her designee.

2. Available Guidelines: USAID Automated Directives (ADS), USAID Acquisition Regulations (AIDAR), State Department’s Foreign Affairs Manual (FAM), strategic and other general program documents, and contact with contracting and financial management specialists;

3. Exercise of Judgment: In instances not clearly covered by written guidelines, the incumbent will use his own personal, well informed judgment in devising innovative approaches to resolving technical, administrative, managerial and/or policy problems. Excellent (balanced) judgment must be exercised in setting priorities. The use of initiative, discretion and patience is expected in dealing with Mission personnel as well as representatives from other donor organizations to resolve problems that arise during the course of work for which there is often no clear or immediate solution. In addition, considerable judgment is required in working effectively with officials in the government and the private sector, in overseeing contractor activities and coordinating multi-sector efforts in support of USAID/KR development objectives, and in collecting, analyzing and reporting on progress of activities and recommending project actions. The incumbent will also be required to follow and adhere to the Agency’s Code of Ethics and Conduct.

4. Supervision Exercised: The incumbent will supervise three FSNPSC Project Management Specialists.

D) REQUIRED SKILLS AND QUALIFICATIONS

1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “SECRET” security clearance. Must be able to secure a medical clearance to serve in Central Asia. Must be willing to travel throughout the five Central Asian Republics.

2) Prior Work Experience: This position requires maturity and a minimum of seven years of relevant experience with a proven track record of programmatic accomplishment and professional achievement as well as the ability to function in complex, frequently changing political and economic conditions. At least five years of effective international program development experience in areas related to private-sector development or economic policy reform in developing or transition economies. Candidates will be assessed on their leadership in previous positions in conceptualizing, developing, and implementing high-impact international economic-reform and private-sector-development programs.

Project or program management experience while residing in a transition or developing country. Previous experience in project implementation should include monitoring and evaluating programs’ effectiveness and the application of the results of such monitoring and evaluation in refinements to programs to enhance their effectiveness.

At least three years of successful leadership experience in a team environment.

3) Skills and Abilities: Strong analytical and writing skills as evidenced by previous experience and a writing sample. Exceptional interpersonal skills and demonstrated ability to work in a collegial and persuasive fashion in a team environment. Demonstrated team-mentoring and leadership skills, as well as staff professional development abilities.

Fluent in English and proven ability to communicate quickly, clearly, and concisely, demonstrating a high degree of articulateness both orally and in writing, including technical reports. Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Kyrgyz is also desirable.

Demonstrated a thorough understanding of private-sector development best-practices in developing or transition economies, with a mix of both theoretical and knowledge and practical experience.

Demonstrated ability to produce professional quality statements of work in the specified technical areas, and to make oral presentations logically and persuasively to senior USG officials, other donors, the NGO community, and host-country counterparts (government and non-government.)

4) Teamwork/Interpersonal Skills: Exceptional leadership, communications and inter-personal skills. Ability to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts. Ability to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and to work effectively in a team environment to achieve consensus on policies, activities and administrative matters. Technical skills are not sufficient to be selected for this position candidates are required to convincingly relate how their experience demonstrates their ability to mentor and develop staff within team environments.

5) Education: A graduate degree in economics, business, agriculture, finance, public policy, international relations, or a related field.

E) SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

International Economic Development Experience: 40 points
Management and Team Leadership Skills and Experience: 20 points
Writing and Communication Skills: 30 points
Academic Qualifications: 10 points
TOTAL: 100 POINTS

Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.

9. APPLYING

Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) June 20, 2013. The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:

Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36

Email or faxed documentation is preferred as mail delivery may be untimely. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.

USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a September 01, 2013 (or earlier), subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.

10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.

11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/

Attachment 3

AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:

1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)

2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).

LIST OF REQUIRED FORMS FOR PSCs

1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).

NOTE: Form 5 is available from the requirements office.

* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

3. POLICY GUIDANCE PERTAINING TO PSCs

a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.

b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.

Place of Performance: Bishkek, Kyrgyz Republic KG URL: https://www.fbo.gov/spg/AID/OM/ALM/22-2013/listing.html
OutreachSystems Article Number: 130531/PROCURE/0062
Matching Key Words: writ*; technical; 


Agency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC Senior Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek 24-2013 061413 Damira Sagyrbayeva, Phone 77272507612, Email720px-USAID-Identity.svg dsagyrbayeva@usaid.gov ISSUANCE DATE: 05/30/2013
CLOSING DATE: 06/14/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 24-2013
USPSC Senior Development Transition Specialist, USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.

Submissions shall be in accordance with the attached information at the place and time specified.

Any questions may be directed to Markus Dausses, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
or e-mail almaexo_hr@usaid.gov.

Offerors should retain for their records copies of all enclosures which accompany their proposals.

Sincerely,

Markus Dausses
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 24-2013

1. SOLICITATION NUMBER: 24/2013
2. ISSUANCE DATE: 05/30/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 06/14/2013 (6 p.m. Almaty Time)
4. POSITION TITLE: USPSC Senior Development Transition Specialist
5. MARKET VALUE: $84,697-$110,104 per annum (GS-14 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/Kyrgyz Republic, Bishkek, Kyrgyz Republic
8. JOB DESCRIPTION:

A) BACKGROUND

The USAID Kyrgyz Republic Mission (USAID/KR) is headquartered in Bishkek, Kyrgyz Republic with a sub-office in Osh, Kyrgyz Republic. The Kyrgyz Republic is bordered by Kazakhstan, Uzbekistan, Tajikistan, and China. The Kyrgyz Republic is an emerging parliamentary democracy still recovering from a violent political transition in 2010. Because it serves as a potential model for democracy in the region, and because of its proximity to South Asia and its potential to contribute to stability in nearby Afghanistan and Pakistan, the Kyrgyz Republic is of considerable geopolitical and strategic interest to the United States.

USAID/KR is responsible for management of a development program of over $50 million, of which approximately $25 million are dedicated to economic development activities spread across several sub-sectors: macro-economic policy, trade and investment, private sector development, agriculture, and clean energy. In addition to the Mission Director, the Mission is staffed with three direct hires, three U.S. Personal Service Contractors (USPSCs), and 17 Foreign Service Nationals (FSNs).

USAID/Kyrgyz Republic (USAID/KR) is seeking highly motivated, highly qualified individuals to manage a complex portfolio of flexible programs designed to assist the continuing transition to a peaceful society with a capable system of governance in the Kyrgyz Republic. USAID/KR works with Kyrgyz partners, and local and international non-governmental organizations (NGOs) supporting the development of the private sector, agriculture, basic and higher education, improved healthcare, rule of law, protecting human rights, combating corruption, strengthening political competition and civil society, the media, and enhancing the quality of governance. The mission is also responsible for management of conflict reduction programs.

The Senior Development Transition Specialist (Specialist) is a member of the USAID/Kyrgyz Republic Mission. S/he serves as a Mission expert and coordinator in providing intellectual leadership and technical support for cross-cutting issues related to the ongoing development transition in the Kyrgyz Republic. This is a cross-cutting program that will include elements of Democracy and Governance programming such as civil society, governance, media, rule of law, and human rights as well as economic development and social services activities. The incumbent will provide technical assistance and substantive input in the design, implementation and monitoring of projects in areas related to improving local and national governance, increasing economic opportunities, increasing the level of inclusiveness within and integration between different regions of the Kyrgyz Republic, and reducing the risk of conflict. S/he reports to the USAID/KR Mission Director, and supervises one USPSC and at least two FSN staff. Due to the cross-cutting nature of the portfolio, the incumbent advises all Mission staff on issues pertaining to conflict management. S/he will play a role in strategic planning and donor coordination, report writing, as well as in managing resources and working with implementing partner.

The range of responsibilities and functions are outlined below.

B) DUTIES AND RESPONSIBILITIES

Under the direct supervision of the USAID/KR Mission Director, the Specialist has the following duties and responsibilities:

1) Provides analytic and advisory support, including but not limited to:

- Conceptualize and design program strategies and objectives in close coordination USAID personnel, U.S. Embassy, other donors, Host Government, and local civil society officials, based on political analysis and U.S. Government policy. When necessary, refine strategic objectives and advocate on behalf of new programmatic approaches in country, linked to neighboring country programs, where appropriate.

- Monitor local and regional political developments and regularly brief USG and partner staff on their potential programmatic impact.

- Review, update and expand as appropriate the Mission’s analysis of transition-related issues in the Kyrgyz Republic. Advise Mission management on the implications of this analysis for development programming.

- Develop lessons learned and best practices on USAID transition programming particularly in situations which may be applicable to the Kyrgyz Republic; also, as needed, keep current on approaches related to cross-cutting issues (e.g. youth, media) and related sectors (e.g. education, economic growth).

- Analyze and present results-oriented reporting to facilitate Mission decisions on future program direction and budget levels.

- Develop strategies, effective reporting and activity design, including writing scopes of work, program descriptions, assessments, etc.

- Prepare briefings for USAID, State Department, and Congressional delegations on USAID conflict programming in the Kyrgyz Republic as needed.

- In consultation with Mission management, engage host country counterparts, implementing partners and other donors in discussions on issues related to sector-specific and general conflict management programming.

- Participate in public outreach function, as needed.

- Establish and maintain regular collaborative relationships with key Embassy and other interagency counterparts. Participate in Mission activities and initiatives, conferences and workshops as appropriate. As needed, direct activities that may include research to assist the Mission in advancing the state-of-the-art and in improving approaches for conflict management and risk reduction.

- Prepare briefings and strategic program materials for senior staff as needed.

2) Manages staff and programs, including grants, cooperative agreements and contracts through the following tasks:

- Manage existing and new grants, cooperative agreements and contracts that may cover extended periods of time and involve substantial funds, assuming general program management oversight of various projects developed. Collaborate and coordinate closely with interagency counterparts.

- May serve as Contacting Officer’s Representative (COR) and/or Agreement Officer’s Representative (AOR) on transition-related programs. In so doing, s/he would be solely responsible for providing technical direction; monitoring and evaluating the delivery of assigned activities in compliance with the terms of cooperative agreements and contracts; submits reports on activities progress, including professional analyses of related problems and recommendations for corrective action to improve implementing organizations or contractor performance; and advises and assists grantees in the development of detailed designs, plans, and cost estimates for assigned activities.

- May serve as Alternate COR and/or Alternate AOR for multiple awards. This means that the individual would be required to temporarily undertake all COR/AOR responsibilities on behalf of another team member in her/his absence.

- Analyze proposals to ensure compliance with USAID and United State Government (USG) policy, technical, cost/financial, and legal requirements as well as all applicable Federal regulations, Directives and Executive Orders.

- Define criteria for evaluating the merits of individual projects.

- As appropriate conduct site visits to evaluate recipient performance and provide advice and programmatic support.

- Supervise Foreign Service National staff responsible for managing transition-related programing.

- May serve as Acting Mission Director. This means that the individual would be required to temporarily undertake all responsibilities and delegations of authority normally managed by the Mission Director.

- Participate in planning, scheduling and control of annual cycles of program and funding activity.

- Other duties as required.

C) POSITION ELEMENTS:

1) Supervision received: The incumbent will work under the general policy and technical guidance of the USAID/KR Mission Director or his/her designee. The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision.

2) Supervision Exercised: The Specialist will supervise one USPSC and two FSN Project Management Specialists. Together they will develop deadlines, projects, and work to be accomplished.

3) Available Guidelines: USAID Automated Directives (ADS), USAID Acquisition Regulations (AIDAR), State Department’s Foreign Affairs Manual (FAM), strategic and other general program documents, and contact with contracting and financial management specialists.

4) Exercise of Judgment: In instances not clearly covered by written guidelines, the incumbent will use his own personal, well informed judgment in devising innovative approaches to resolving technical, administrative, managerial and/or policy problems. Excellent (balanced) judgment must be exercised in setting priorities. The use of initiative, discretion and patience is expected in dealing with Mission personnel as well as representatives from other donor organizations to resolve problems that arise during the course of work for which there is often no clear or immediate solution. In addition, considerable judgment is required in working effectively with officials in the government and the private sector, in overseeing contractor activities and coordinating multi-sector efforts in support of USAID/KR development objectives, and in collecting, analyzing and reporting on progress of activities and recommending project actions. The incumbent will also be required to follow and adhere to the Agency’s Code of Ethics and Conduct.

5) Levels of Contacts: The Incumbent actively engages in official personal contacts with Host-Country high ranking officials, different U.S. Agencies, international organizations, private groups, U.S. or foreign private groups, etc. It is expected that personal contacts will include, but not be limited to, the following:

- Prime Minister and Vice Prime Ministers
- Ministers and Deputy Ministers, Parliamentarians, and staff in the Ministries of Economics, Finance, Foreign Affairs, Agriculture, Education, etc.
- U.S. Ambassador and other members of the Country Team members
- Counterpart Host Country Officials responsible for assistance matters
- Non-U.S. Ambassadors in the Kyrgyz Republic supporting development initiatives
- Chiefs of Party of USAID contractors/grantees engaged in development initiatives in the Kyrgyz Republic
- Senior officials and executives from the U.S. headquarters of USAID-funded contractors/grantees
- Institutional contractors, NGOs, PVOs working on related matters
- International donors operating in the Kyrgyz Republic
- USAID/Central Asian Republics and USAID/Kyrgyz Republic Office Directors
- USAID/Washington
- CODELs, STAFFdels

D) REQUIRED SKILLS AND QUALIFICATIONS

1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “SECRET” security clearance. Must be able to secure a medical clearance to serve in Central Asia. Must be willing to travel throughout the five Central Asian Republics.

2) Prior Work Experience: This position requires maturity and a minimum of seven years of progressively responsible professional experience demonstrating technical expertise and programmatic skills in international development in transition-related programs in developing countries, preferably related to transitions in governance or recovery from complex crises.
Specifically, this should include experience in the design and development of programs, management and technical guidance in program implementation, and monitoring and evaluating program progress and effectiveness. At least two years of successful leadership experience in a team environment.

Current knowledge of best practices, and current research and development trends in economic growth and democracy and governance. Professional experience working with governments, international donors, private sector and NGO implementers in the conflict management sector. Specific USAID experience in program planning, project design, budgeting, implementation oversight and/or reporting systems and procedures is preferred. Experience managing programs in Central Asia and the Kyrgyz Republic specifically is preferred.

3) Knowledge, Skills and Abilities: Superior intellectual skills and subject matter expertise to develop strategies to overcome development challenges and resolve implementation obstacles to conflict prevention as information and devise creative and appropriate solutions to implementation challenges. Demonstrated technical expertise and leadership skills in transition-related programs, in the context of developing countries. Demonstrated strategic, analytic skills and current knowledge of international development management trends and best practices. Demonstrated project management skills, including effective oversight of people, programs, and financial resources to implement programs contributing to international development. Strong analytical and writing skills as evidenced by previous experience and a writing sample, along with demonstrated ability to gather and convey information, make concise oral and written presentations and prepare reports, correspondence and other written materials.

Demonstrated history of experience in a multicultural team environment working with a wide range of individuals and organizations to address development transition challenges. Proven ability to reach consensus with diverse groups, and inspire coalitions of interest. Strong interpersonal skills including a record of effective collegial/team relations and demonstrated ability to work collaboratively with a range of professional counterparts at all levels, including those from host-country government, NGOs, USAID missions, other USG agencies and international donors. Demonstrated the capacity to professionally represent USAID.

Demonstrated persuasiveness, cross-cultural sensitivity, tact and poise to successfully advocate practices, approaches and policies with a range of audiences in an intercultural context. The ability to meet tight deadlines with concise documents. Strong computer skills and proficiency in MS Office software.

Exceptional interpersonal skills and demonstrated ability to work in a collegial and persuasive fashion in a team environment, exercise discretion, judgment, and personal responsibility. The Specialist must be a team player, able to prioritize and follow up on their own actions without prompting, while also assisting a busy supervisor and fellow colleagues to track and respond to incoming requests and routine tasks, filling in gaps as needed to ensure the responsiveness of the team. The Specialist must also have a strong sense of responsibility, pay close attention to detail, be able to complete administrative tasks with minimal guidance, and be service-oriented, highly organized, and able to receive and respond to constructive criticism in a professional manner. The Specialist must be a strategic thinker, articulate innovative ideas, present solutions, and serve as a positive role model for colleagues both in and outside of USAID.

Completion of a writing sample is mandatory for consideration to this position.

4) Education and Language Proficiency: Minimum of a master’s degree in international development, international relations, law, public administration, or a related field. Minimum Level IV (Fluent) English and proven ability to communicate quickly, clearly, and concisely, demonstrating a high degree of articulateness both orally and in writing, including technical reports. Given the level of interaction with host-country counterparts required by this position, strong command of Russian or Kyrgyz is also desirable.

E) SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

International Development Experience: 40 points
Management and Team Leadership Skills and Experience: 20 points
Writing and Communication Skills: 30 points
Education and Language Proficiency: 10 points
TOTAL: 100 POINTS

Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.

9. APPLYING

Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) June 14, 2013. The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:

Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36

Email or faxed documentation is preferred as mail delivery may be untimely. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.

USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a September 01, 2013 (or earlier), subject to security and medical clearances and funds availability. The duty post for this contract is Bishkek, Kyrgyzstan.

10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USG.

11. For more information about USAID/Kyrgyz Republic see Mission’s website http://centralasia.usaid.gov/

Attachment 3

AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:

1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)

2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).

LIST OF REQUIRED FORMS FOR PSCs

1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).

NOTE: Form 5 is available from the requirements office.

* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

3. POLICY GUIDANCE PERTAINING TO PSCs

a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.

b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.

Place of Performance: Bishkek, Kyrgyz Republic KG URL: https://www.fbo.gov/spg/AID/OM/ALM/24-2013/listing.html
OutreachSystems Article Number: 130531/PROCURE/0063
Matching Key Words: writ*; technical; operating; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

U–JROTC Encampment-Chicago Public Schools 22-30 June 2013 W9124D13T0066 053113 Elizabeth Phelps, 502-624-6751 MICC Center – Fort Knox Mission Installation Contracting Command – Ft. Knox, intends to issue a request for quotations (RFQ) for lodging, meals, and training support. This solicitation will be solicited as unrestricted, all responsible and responsive businesses may submit an offer for consideration. A firm fixed price purchase order will be awarded. NAICS 721214 (Size Standard: $7.0 million) applies to this procurement. The RFQ will be posted to the Federal Business Opportunities website at http://www.fbo.gov on or about June 3, 2013 with offers due on or about June 11, 2013. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing list will not be compiled and the RFQ and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. Anticipated award date will be on or about June 17, 2013. All contractors must be registered in the System for Award Management (SAM at http://www.sam.gov) to be eligible for award of a contract. Faxed offers or amendments will not be accepted. All offers must be submitted in writing to Elizabeth Phelps via email at elizabeth.a.phelps14.civ@mail.mil. All questions must be submitted, no later than May 31, 2013 at 2:00 PM eastern standard time, in writing to Elizabeth Phelps via email at elizabeth.a.phelps14.civ@mail.mil.
Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL: https://www.fbo.gov/notices/13aadf854b293a6edd137ab428ea0f37
OutreachSystems Article Number: 130531/PROCURE/0077
Matching Key Words: age:state!ky; state!ky; 


Department of Veterans Affairs, White River Junction VAMROC, Department of Veterans Affairs Medical and Regional Office Center, Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009

U–Five year IDIQ for training VA24113Q0120 JEFF REED CONTRACTING OFFICER STATEMENT OF WORK
March 20, 2013
1. Title of Project: National Center for PTSD Education Products
2. Scope of Work: The National Center for PTSD intends to award a 5-year, Blanket Purchase Agreement (BPA) using GSA companies under which fixed price Task Orders willVA be issued. The Task Orders will focus on creating trainings, mobile phone applications, and educational products on PTSD for Veterans and the general public as well as clinicians. Trainings and educational products will be created in a variety of formats including printed materials, face to face trainings, poster campaigns, and other web based materials, and other types of media formats. Trainings and educational products could include presenter preparation, videoclips, testimonials, phone applications, and/or assist in the development of education projects in the broad area of Posttraumatic Stress Disorder (PTSD) or Trauma Related Injuries. It may also include the revision/updating of existing products already posted on our website www.ptsd.va.gov.
3. Background: The National Center for PTSD was created in 1989 within the Department of Veterans Affairs in response to a Congressional mandate (PL 98-528) to address the needs of Veterans with military-related PTSD. The Center was developed with the ultimate purpose to improve the well-being, status, and understanding of Veterans in American society. The mandate called for a center of excellence that would set the agenda for research and education on PTSD without direct responsibility for patient care. The National Center for PTSD manages the website www.ptsd.va.gov and has an educational mandate to educate clinicians, Veterans, and their families on PTSD.
4. Performance Period: The contractors will complete the work required under this SOW over the next 5 years as task orders are written. Work will begin with the first task order within 60 days from date of award. Expected completion dates for each task order will be proposed in the task order.
5. Type of Contract: Blanket Purchase Agreement via Task Order.
Set-Aside: Total Small Business Place of Performance: 215 N MAIN ST;WHITE RIVER JCT VT 05009 USA URL: https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24113Q0120/listing.html
OutreachSystems Article Number: 130531/PROCURE/0080
Matching Key Words: video*; produc*; train*; website; web; education*; business*; 


VADepartment of Veterans Affairs, VA Technology Acquisition Center(Austin), VA TAC Austin, Department of Veterans Affairs;Office of Acquisition Operations; Technology Acquisition Center – Austin;1701 Directors Blvd, Suite 600;Austin TX 78744

U–Web-Based z/VM Training (RACF & Dirmaint)(Ref TR13-38) VA118A13Q0081 032913 Sylvia K Thomas Contracting Officer (512) 981-4464 sylvia.thomas2 @va.gov SECTION A
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
Table of Contents
SECTION A 1
A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1
SECTION B – CONTINUATION OF SF 1449 BLOCKS 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 PRICE/COST SCHEDULE 4
SECTION C – CONTRACT CLAUSES 5
C.1 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS–COMMERCIAL ITEMS 5
C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 5
C.3 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) 6
C.4 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 6
C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 7
SECTION D – CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 8
SECTION E – SOLICITATION PROVISIONS 9
E.1 52.212-1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS 9
E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) 9
E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 9
E.4 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999) 10
E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS (DEC 2012) 11
E.6 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 25

SECTION B – CONTINUATION OF SF 1449 BLOCKS
B.1 CONTRACT ADMINISTRATION DATA
(continuation from Standard Form 1449, block 18A.)
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR: TO BE DETERMINED
b. GOVERNMENT: Department of Veterans Affairs
Office of Acquisition Operations
Technology Acquisition Center – Austin
1701 Directors Blvd, Suite 600
Austin, TX 78744
Sylvia Thomas, Contracting Officer 0010A
(512) 981-4464
Sylvia.Thomas2@va.gov
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X] 52.232-34, Payment by Electronic Funds Transfer -
Other than Central Contractor Registration, or
[] 52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X - after successful completion of online class]
4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address:
Department of Veteran Affairs
Financial Services Center
P.O. Box 149971
Austin TX 78714-8971
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:
AMENDMENT NO DATE

B.2 PRICE/COST SCHEDULE
Item Number Description Of Supplies/Services Quantity Unit Unit Price Amount
0001 SERVICE: ONLINE VIRTUAL TRAINING
TYPE CLIN: Firm Fixed Price
IFCAP OBLIGATION NUMBER: To Be Determined (TBD)
DESCRIPTION: Training – Z/VM RACF and DIRMAINT, virtual, 4-day training course This course provides training on use of IBM software tools that support the management (DIRMAINT) and security (RACF) of the z/VM software.
DELIVER TO:
Department of Veterans Affairs
Office of Information Technology (OIT)
SDE-Enterprise Operations (EO)
1615 Woodward Street
Austin, Texas 78772-0001
(Point-of-Contact to be provided after award)
PERIOD OF PERFORMANCE: March-April 2013
INSPECTION & ACCEPTANCE:
Inspection: Destination
Acceptance: Destination 1.00 EA _______ _______
GRAND TOTAL $______

SECTION C – CONTRACT CLAUSES
C.1 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS–COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:
C.2 52.252-2 CLAUSES 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/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR Number Title Date
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS AUG 2012
52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (Deviation) AUG 2012
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011
52.227-1 AUTHORIZATION AND CONSENT DEC 2007
52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT DEC 2007
852.211-73 BRAND NAME OR EQUAL JAN 2008
(End of Clause)
C.3 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012)
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.
(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(End of Clause)
C.4 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA’s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of (TO BE DETERMINED). Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)
(End of Addendum to 52.212-4)

SECTION D – CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS
LIST OF ATTACHMENTS
Attachment Description Number Pages Date
1 Performance Work Statement,
“z/VM RACF and DIRMAINT Virtual Training Class” 6 February 4, 2013

SECTION E – SOLICITATION PROVISIONS
E.1 52.212-1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
E.2 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)
(a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that-
(1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.
(2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.
(End of Provision)
E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
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/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR Number Title Date
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS DEC 2012
52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN– REPRESENTATION AND CERTIFICATIONS DEC 2012
52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER MAY 1999
(End of Provision)
(End of Addendum to 52.212-1)
E.4 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 1999)
(a) 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 following factors shall be used to evaluate offers:
Technical
Price
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
E.6 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
Set-Aside: Total Small Business Place of Performance: NA NA USA URL: https://www.fbo.gov/notices/856053f1b8f6504c8db9abb605fa3efc
OutreachSystems Article Number: 130531/PROCURE/0086
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

R — Conservator NIHLM2013743 061413 Kimberly Pringle, Phone 301-496-6546, Fax 301-402-0642, Email kp271m@nih.gov This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the Northdept of health and human services American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.”
The North American Industry Classification System (NAICS) Code is 519120 with a small business size standard of $7 million. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as an obligation or commitment by the Government. This notice is intended strictly for Market Research ONLY.

1. BACKGROUND
The History of Medicine Division (HMD) of the National Library of Medicine (NLM) located on the National Institutes of Health (NIH) campus in Bethesda, MD maintains a pre-eminent collection of the world’s published medical literature, including books, journal volumes, pamphlets, and theses, printed from the 15th through the early 20th century; manuscripts ranging in date from the 11th century to the present; fine prints, and other graphic materials from the 15th century to the present; and historical audiovisuals up through 1970. The collection consists of more than 600,000 printed works, 4,000 linear feet of modern manuscripts, 3,000 historical audiovisuals, and 60,000 historical prints and photographs. Certain items in its collection are in a deteriorated condition and require conservation treatment or rehousing.

2. PURPOSE AND OBJECTIVES
This contract shall provide the services of a professional book conservator, working on-site at the National Library of Medicine, who will perform repairs to bound and flat paper collection items, design and construct housings and exhibit mounts, prepare books for scanning, write condition and treatments reports, and provide collection maintenance to the book and manuscript collections. The contractor may also provide technical guidance to NLM staff engaged in book and paper repair and participate in training sessions on book preservation for NLM staff.

3. PROJECT REQUIREMENTS
All work shall be performed in accordance with accepted principles of rare book conservation and in adherence to American Institute for Conservation (AIC) “Code of Ethics and Guidelines for Practice” (available athttp://palimpsest.stanford.edu/aic/pubs/ethics.html).
Working under the supervision of the Conservation Librarian in the History of Medicine Division the conservator shall be responsible for:

A. Maintenance of historic collection of books and manuscripts including:

1.Performing repairs to bound volumes and manuscripts, using appropriate conservation materials and techniques.

2.Writing condition reports including digital photo documentation for bound and flat paper items using an online database.

3.Constructing custom-fitted protective housings for all repaired items and other individual collections as needed using appropriate materials and structures.

4.Performing preservation assessments of collections including surveys.

5.Carrying out regular maintenance of the collection, such as cleaning shelved books.

6.Identifying the need for ordering supplies required for treatments.

7.Applying NLM property stamp and bookplate to volumes.

8.Writing accurate condition and treatment reports including photo documentation and compiling American Research Libraries statistics for all treatments using an online database. Contractor must know how to search computer database for bibliographic information.

9.Participating in research with conservation librarian.

10.Participates in disaster recovery of collections as needed.

B.Preparation of volumes for reformatting including scanning, filming, or photography such as:

1.Writing a condition report using an online database with digital photo documentation for all items to be reformatted after repair is completed.

2.Surveying collections before scanning or photography to determine need for disbinding or minor repairs or other factors which may necessitate special handling in scanning or photography.

3.Disbinding or loosening sewing of tightly-bound volumes, performing minor paper repairs, repairing or detaching foldout plates.

4.Handling and setting up books for scanning and photography.

5.Packing items for shipment and inspecting items returned after reformatting complete.

C. Providing input in the design and set-up of exhibits, including:

1.Inspecting conditions for exhibition including light levels, temperature, and humidity, etc.

2.Designing and constructing exhibit mounts.

3.Creating facsimiles for exhibit using scanner and software.

4.Affixing collections items or facsimiles to mounts.

D.Advising and training of NLM staff including:

1.Providing technical guidance to NLM staff and contractors engaged in book and flat paper repair.

2.Holding training sessions for NLM staff on handling, housing, identifying problems, etc.

3.Holding demonstration sessions or tours for visitors.

E.Reporting – Within five working days after the end of each month, the contractor shall prepare and submit the following:

1.Invoice (template provided by Conservation Librarian)

2.Written report and statistics including:

- number of hours worked
- type of work performed
- number of volumes and/or leaves repaired
- number of housings constructed

4. ANTICIPATED PERIOD OF PERFORMANCE

It is anticipated that the period of performance will be for one year from the date of award with two additional one-year option periods.

5. CAPABILITY STATEMENT/INFORMATION SOUGHT
Proposed Conservator shall demonstrate:

1.Master’s or Bachelor’s degree.

2.At least five years of combined training and experience.

3.Training from a qualified conservator, apprenticeship, or formal library conservation training program as verified by examples of various book treatments and housings as seen in the portfolio. The proposer will be asked to explain the treatments and show written and photo documentation of all treatments, mounts, and housing in the portfolio.

4.Knowledge and experience in the ethics, principles, practices, and techniques employed in the conservation of printed and manuscript materials, both bound and manuscript materials, using conservation materials and techniques, and in the construction of protective housings and exhibit supports, using conservation materials and structures.

5.Demonstrated ability to work independently, making sound decisions concerning conservation treatments and techniques.

6.On-going interest in new conservation techniques, materials, and theory, as evinced by professional activities, publications, and continuing education.

7.Good written and oral communication skills and the ability to work well with others in a collegial atmosphere.

Capabilities of Organization

Interested persons responding to this Sources Sought Notice must adhere to the following:

(a)Provide a capability statement demonstrating relevant experience, skills, and ability to fulfill the Government’s requirement. The capability statement should be complete and contain sufficient detail for the Government to make an informed decision regarding capabilities; however, the statement should not exceed 10 pages.

(b)The capability statement must identify the responder’s business type and size; DUNS number; NAICS code, and technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

(c)All capability statements must be submitted electronically no later than 12:00 pm local prevailing time on Friday, June 14, 2013 to Kimberly Pringle at pringlek@mail.nih.gov.

Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.

After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation.

Place of Performance: 8600 Rockville Pike Bethesda, MD 20892 US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013743/listing.html
OutreachSystems Article Number: 130531/PROCURE/0550
Matching Key Words: filming; 

140px-NIST_logo.svgDepartment of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Test Facility SB1341-13-RQ-0260 061013 Abdul-Kudus Abdul-Kudus, Contract Specialist, Phone 3019758497, Email abdul-kudus.yahaya@nist.gov – Carol A. Wood, Contracting Officer, Phone 301-975-8172, Fax 301-975-6273, Email carol.wood@nist.gov THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINEDPROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
The solicitation number is SB1341-13-RQ-0260 and this is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66.
The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $14 m. This acquisition is 100% set-aside for small business.

The Government anticipates awarding a Firm Fixed-Price Purchase Order.

The Government requires all contractors doing business with the government to be registered with the System for Award Management (SAM). For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. Award will not be made to any contractor that is not registered in SAM.

STATEMENT OF NEED:

The Fuel Research Division of the National Institute of Standards and Technology (NIST) requires use of a test facility to conduct very early warning fire detection research applicable to nuclear power plant applications. NIST will conduct all tests using NIST-supplied equipment and materials. The Contractor shall supply the test facility, and support staff for the facility.

Responsible quoters shall provide pricing for the following line items:

Line Item 0001
Quantity: 1
Unit of Issue: Each
Description: The Contract shall provide Test Facility in accordance with the requirements of the Statement of Work (SOW).

Line Item 0002
Quantity: 1
Unit of Issue: JB
Description: The Contract shall provide Support Staff in accordance with the requirement of the Statement of Work.

Statement of Work
A. Introduction:
The Fire Research Division of the National Institute of Standards and Technology (NIST) requires use of a test facility and support services to conduct very early warning fire detection research applicable to nuclear power plant applications. NIST will conduct all tests using NIST-supplied equipment and materials.
NIST will be equipping the test room with 10 square or rectangular electronics/electrical equipment cabinets or metal boxes replicating cabinets. Each with a length and width between 0.6 m to 1.0 m, and a height between 1.9 meters and 2.6 meters tall. The cabinets will be arranged in single row in a straight L or U pattern with open interior (no side-wall partitions between cabinets). Access ports on the top of the cabinets for fire detection system sampling ports will be installed along with spot detectors inside the cabinets. A horizontal cable tray mock-up (8 to 16 ft. long) will be installed below the ceiling. The cable tray mock-up will contain non-combustibles simulating cable clutter. Air sampling fire detection system piping will be installed to provide in-cabinet detection and area-wide detection for two multi-zone systems. Spot smoke detectors will be installed on ceiling at various locations.
Tests will consist of performance test procedures for very early warning fire detection systems as documented in Annex B of NFPA 76 Standard for the Fire Protection of Telecommunications Facilities 2012 ed. heated wire tests. Additional tests consisting of NIST-developed heated wire and heated electrical/electronic component smoke sources will be performed. The NIST smoke source uses a 500 watt electric cartridge heater to degrade wire and component samples. Each experiment will terminate after a fixed time period or when pre-determined smoke detectors activate. These tests will create smoke but not flames. The temperature rise in the test room due to the source will be limited to less than 10 degrees Celsius above ambient temperature.
The Contractor shall supply the test facility and required support services in accordance with the requirements described below.
B. Requirements:
Test Facility:
The Contractor shall supply a test room with a floor area between 90 square meters and 135 square meters, with a ceiling height between 3 meters to 4.5 meters. The aspect ratio of the room must not exceed 1.5 (length not greater than 150% of the width). The ceiling must be flat and support the installation of air sampling piping. The room shall be equipped with a ventilation flow adjustable to 0, 8, and 12 air changes per hour. Ventilation must not vary beyond +/- 10 % of the desired setting. The air inlet can be configured as wall or ceiling inlet grills. The outlet air return shall be from one or two identical wall-mounted square grills with at total area between 1.3 meters square and 1.6 meters square, installed at the middle height of the room. There shall be one or more access doors into the test room.
The ventilation air must be provided at an average temperature between 10-30 degrees Celsius, and shall not vary more than 5 degrees Celsius per one hour period on test days. Relative humidity must remain between 20 % and 80 % during testing days. Air must remain sufficiently particle free such that that a very early warning fire detection system does not produce a reading of 25 % of the concentration setting alert for each VEWFDS device. Recirculating and non-recirculating ventilation schemes may require filtration of incoming air to meet this requirement. A means to vent room air to the outside after each test must be provided. The venting flow must be greater than 12 air changes per hour. The test space must contain permanent or temporary light fixtures to provide a minimum illumination intensity of 5 foot-candles which meets OSHA requirements Safety and Health Regulations for Construction Subpart Title 1926.56 Table D-3 listing for general construction areas. A conditioned indoor area equipment space a minimum of 100 square ft. area and 8ft high ceiling located adjacent to the test spaces is required to locate test equipment, the fire alarm panel and very early warning fire detection equipment. It must be maintained as an office environment conditioned space. A minimum of 60 amps of 120V AC electrical service must be supplied to the equipment space on three or more separate circuits).
The Contractor shall be required to provide up to 24 access holes 1 inch in diameter from the adjacent equipment space to the test space to accommodate air sampling piping, signal wiring, and extension cords for equipment located inside the test space.
Due to logistical constraints, and to meet local travel requirements, NIST requires a suitable test facility that is located within a 50 mile radius from the NIST Gaithersburg campus to allow NIST staff to commute to and from Gaithersburg and the test site.
Support Services:
The Contractor shall supply technician services during all 25 scheduled access days (200 hours). The required technician services shall include adjusting the ventilation controls, acting as safety representative for the site, and controlling physical access to the facility for NIST researchers and invited guests. The Contractor shall supply one additional support staff technician for 5 scheduled hardware setup days (40 hours) to assist with configuration of the test space. That person shall be required to modify the space to accommodate the test configurations (drilling access holes for air sampling piping, and equipment wiring.) The minimum requirements for both support staff are: technicians having more than six months of experience in fire protection engineering test and evaluation, and having a minimum of a high school degree.
C. Facility Inspection:
NIST will inspect the test facility for suitability. NIST will inspect the test space and ventilation scheme to verify all requirements described herein prior to acceptance.
D. Schedule (Required Delivery Date/Period of Performance):
The performance period is 90 days from the contract start date or from the date of award through August 31, 2013. The period of performance will end on August 31, 2013. The facility shall be accessible Monday through Friday 8:00 am to 4:30 pm except Federal holidays during scheduled access days. Government personnel will be on site at the facility for a total of 25 days, fifteen days of testing and ten days of hardware set up, commissioning tests, and hardware removal. It is expected that anywhere from 3 to 12 tests will be conducted each day depending on test set up time and test time.
ABDUL – DID THE END DATE OF AUGUST 31, 2013 CHANGE?
E. List of NIST supplied equipment: NIST will install air sampling piping, spot detectors, and other measurement equipment on the floors, walls and ceiling of the test space. NIST will remove all NIST equipment from the facility after the test. These items will be affixed with screws and tape and may require drilling holes. NIST will not be responsible for filing in holes, or repairing or painting any other surface damage to the test room or the equipment space room. NIST intends to supply the following equipment:
2 multiport air sampling detectors
2 single port air sampling detectors
1 fire alarm power supply
1 fire alarm control panel
24 spot smoke detectors and bases
2 PC computers and monitors
2 heater controllers and smoke sources
1 Wire test transformer
1 electronic balance
1 thermal imaging camera
10 electrical cabinets or mock-up cabinets
Air sampling piping, fittings and hangers
Equipment benches and stools
Wiring, electrical cords, ladders, tools, and miscellaneous items to install equipment and conduct tests.

INSTRUCTIONS:

1. All quotations must clearly demonstrate compliance with the specifications as in CLIN
0001 and CLIN 0002.
2. All quotations must be firm fixed price.
3. All quotations must reference the solicitation number.
4. This is an Open-Market Combined Synopsis/Solicitation for a test facility and support as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:
The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.”
OR
The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s).

5. Quotes shall be provided on company letterhead, and be submitted to the Contract Specialist specified herein via email prior to the due date and time identified herein. Quotations must be broken down into the below parts and include all of the following, information at a minimum:

Part I – Pricing:
a. Firm fixed price for CLIN 0001 and CLIN 0002.

Part II - Technical: No price information shall be included in this part.
a. Technical specifications and supporting documentation for the proposed of the test facility. The submission must clearly document that all of the requirements of the statement of work are met;
b. Resume for proposed Support Staff which clearly demonstrates all personnel requirements as specified in the statement of work.

DUE DATE: Responses are due no later than 3:00 pm Eastern Time June 10, 2013. Quotations are not considered received until they enter into the electronic in-box of Abdul-Kudus Yahaya at abdul-kudus.Yahaya@nist.gov.

6. All questions must be submitted in writing no later than June 5, 2013 to abdul-kudus.Yahaya@nist.gov.

TECHNICAL EVALUATION CRITERIA
Award will be made on a lowest price/technically acceptable basis… A quotation will only be considered technically acceptable if it clearly demonstrates compliance with this solicitation.

The Contracting Officer intends on awarding without discussions, however, reserves the right to conduct discussions if it is determined to be in the Government’s best interest to do so.

TERMS AND CONDITIONS:

PROVISIONS AND CLAUSES

FAR 52.252-2 CLAUSES 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 CO will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es
https://www.acquisition.gov/far and/or http://farsite.hill.af.mil
(End of clause)

PROVISIONS INCORPORATED BY REFERENCE
The following provisions are incorporated by reference and apply to this solicitation:
52.212-1, Instructions to Offerors – Commercial Items (FEB 2012);
52.212-3, Offeror Representations and Certifications – Commercial Items (DEC 2012;
52.212-4, Contract Terms and Conditions–Commercial Items (FEB 2012);
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2010).

CLAUSES INCORPORATED REFERENCE
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) including subparagraphs 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) 52.222-3,
Convict Labor (June 2003) (E.O. 11755)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012)
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with
Disabilities
52.222-41, Service Contract Act of 1965 (Nov 2007)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)
AND
52.222-50, Combating Trafficking in Persons (Feb 2009)
52.233-3, Protest After Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.245-1 Government Furnished Property (APR 2012)

CLAUSES INCORPORATED IN FULL TEXT

FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) calendar days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve (12) months.
(End of Clause)

52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination

Employee Class Monetary Wage-Fringe Benefits

Engineering Technician I $22.92
Engineering Technician I $22.92

(End of Clause)

Department of Commerce Acquisition Regulation (CAR) clauses. Please submit a written request to the Contract Specialist for the full text of these clauses.
1322.404 Davis-Bacon Act wage determination.
1352.201-70 Contracting Officer’s Authority;
1352.201-72 Contracting Officer’s Representative (COR);
1352.209-73, Compliance with the Laws;
1352.209-74 Organizational Conflict of Interest;
1352.237-75, Key Personnel;
1352.233-70, Agency Protests;
1352.233-71, GAO and Court of Federal Claims Protests;

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm

National Institute of Standards and Technology Clauses. Please submit a written request to the Contract Specialist for the full text of these clauses.
NIST LOCAL 04 Billing Instructions;

WD 05-2103 (Rev.-12) was first posted on http://www.wdol.gov on 06/19/2012
************************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2005-2103
Diane C. Koplewski Division of | Revision No.: 12
Director Wage Determinations| Date Of Revision: 06/13/2012
_______________________________________|____________________________________________
States: District of Columbia, Maryland, Virginia

Area: District of Columbia Statewide
Maryland Counties of Calvert, Charles, Frederick, Montgomery, Prince
George’s, St Mary’s
Virginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier,
King George, Loudoun, Prince William, Stafford
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE – TITLE FOOTNOTE RATE
01000 – Administrative Support And Clerical Occupations
01011 – Accounting Clerk I 15.08
01012 – Accounting Clerk II 16.92
01013 – Accounting Clerk III 22.30
01020 – Administrative Assistant 31.41
01040 – Court Reporter 21.84
01051 – Data Entry Operator I 14.38
01052 – Data Entry Operator II 15.69
01060 – Dispatcher, Motor Vehicle 17.87
01070 – Document Preparation Clerk 14.21
01090 – Duplicating Machine Operator 14.21
01111 – General Clerk I 14.88
01112 – General Clerk II 16.24
01113 – General Clerk III 18.74
01120 – Housing Referral Assistant 25.29
01141 – Messenger Courier 13.62
01191 – Order Clerk I 15.12
01192 – Order Clerk II 16.50
01261 – Personnel Assistant (Employment) I 18.15
01262 – Personnel Assistant (Employment) II 20.32
01263 – Personnel Assistant (Employment) III 22.65
01270 – Production Control Clerk 22.03
01280 – Receptionist 14.43
01290 – Rental Clerk 16.55
01300 – Scheduler, Maintenance 18.07
01311 – Secretary I 18.07
01312 – Secretary II 20.18
01313 – Secretary III 25.29
01320 – Service Order Dispatcher 16.98
01410 – Supply Technician 28.55
01420 – Survey Worker 20.03
01531 – Travel Clerk I 13.29
01532 – Travel Clerk II 14.36
01533 – Travel Clerk III 15.49
01611 – Word Processor I 15.63
01612 – Word Processor II 17.67
01613 – Word Processor III 19.95
05000 – Automotive Service Occupations
05005 – Automobile Body Repairer, Fiberglass 25.26
05010 – Automotive Electrician 23.51
05040 – Automotive Glass Installer 22.15
05070 – Automotive Worker 22.15
05110 – Mobile Equipment Servicer 19.04
05130 – Motor Equipment Metal Mechanic 24.78
05160 – Motor Equipment Metal Worker 22.15
05190 – Motor Vehicle Mechanic 24.78
05220 – Motor Vehicle Mechanic Helper 18.49
05250 – Motor Vehicle Upholstery Worker 21.63
05280 – Motor Vehicle Wrecker 22.15
05310 – Painter, Automotive 23.51
05340 – Radiator Repair Specialist 22.15
05370 – Tire Repairer 14.44
05400 – Transmission Repair Specialist 24.78
07000 – Food Preparation And Service Occupations
07010 – Baker 13.85
07041 – Cook I 12.55
07042 – Cook II 14.60
07070 – Dishwasher 10.11
07130 – Food Service Worker 10.66
07210 – Meat Cutter 18.08
07260 – Waiter/Waitress 9.70
09000 – Furniture Maintenance And Repair Occupations
09010 – Electrostatic Spray Painter 19.86
09040 – Furniture Handler 14.06
09080 – Furniture Refinisher 20.23
09090 – Furniture Refinisher Helper 15.52
09110 – Furniture Repairer, Minor 17.94
09130 – Upholsterer 19.86
11000 – General Services And Support Occupations
11030 – Cleaner, Vehicles 10.54
11060 – Elevator Operator 10.54
11090 – Gardener 17.52
11122 – Housekeeping Aide 11.83
11150 – Janitor 11.83
11210 – Laborer, Grounds Maintenance 13.07
11240 – Maid or Houseman 11.26
11260 – Pruner 11.58
11270 – Tractor Operator 16.04
11330 – Trail Maintenance Worker 13.07
11360 – Window Cleaner 12.85
12000 – Health Occupations
12010 – Ambulance Driver 20.41
12011 – Breath Alcohol Technician 20.27
12012 – Certified Occupational Therapist Assistant 23.11
12015 – Certified Physical Therapist Assistant 21.43
12020 – Dental Assistant 17.18
12025 – Dental Hygienist 44.75
12030 – EKG Technician 27.67
12035 – Electroneurodiagnostic Technologist 27.67
12040 – Emergency Medical Technician 20.41
12071 – Licensed Practical Nurse I 19.07
12072 – Licensed Practical Nurse II 21.35
12073 – Licensed Practical Nurse III 24.13
12100 – Medical Assistant 15.01
12130 – Medical Laboratory Technician 18.04
12160 – Medical Record Clerk 17.42
12190 – Medical Record Technician 19.50
12195 – Medical Transcriptionist 18.77
12210 – Nuclear Medicine Technologist 37.60
12221 – Nursing Assistant I 10.80
12222 – Nursing Assistant II 12.14
12223 – Nursing Assistant III 13.98
12224 – Nursing Assistant IV 15.69
12235 – Optical Dispenser 20.17
12236 – Optical Technician 15.80
12250 – Pharmacy Technician 18.12
12280 – Phlebotomist 15.69
12305 – Radiologic Technologist 31.11
12311 – Registered Nurse I 27.64
12312 – Registered Nurse II 33.44
12313 – Registered Nurse II, Specialist 33.44
12314 – Registered Nurse III 40.13
12315 – Registered Nurse III, Anesthetist 40.13
12316 – Registered Nurse IV 48.10
12317 – Scheduler (Drug and Alcohol Testing) 21.73
13000 – Information And Arts Occupations
13011 – Exhibits Specialist I 19.86
13012 – Exhibits Specialist II 24.61
13013 – Exhibits Specialist III 30.09
13041 – Illustrator I 20.48
13042 – Illustrator II 25.38
13043 – Illustrator III 31.03
13047 – Librarian 33.88
13050 – Library Aide/Clerk 14.21
13054 – Library Information Technology Systems 30.60
Administrator
13058 – Library Technician 19.89
13061 – Media Specialist I 18.73
13062 – Media Specialist II 20.95
13063 – Media Specialist III 23.36
13071 – Photographer I 16.65
13072 – Photographer II 18.90
13073 – Photographer III 23.67
13074 – Photographer IV 28.65
13075 – Photographer V 33.76
13110 – Video Teleconference Technician 20.39
14000 – Information Technology Occupations
14041 – Computer Operator I 18.92
14042 – Computer Operator II 21.18
14043 – Computer Operator III 23.60
14044 – Computer Operator IV 26.22
14045 – Computer Operator V 29.05
14071 – Computer Programmer I (see 1) 26.36
14072 – Computer Programmer II (see 1)
14073 – Computer Programmer III (see 1)
14074 – Computer Programmer IV (see 1)
14101 – Computer Systems Analyst I (see 1)
14102 – Computer Systems Analyst II (see 1)
14103 – Computer Systems Analyst III (see 1)
14150 – Peripheral Equipment Operator 18.92
14160 – Personal Computer Support Technician 26.22
15000 – Instructional Occupations
15010 – Aircrew Training Devices Instructor (Non-Rated) 36.47
15020 – Aircrew Training Devices Instructor (Rated) 44.06
15030 – Air Crew Training Devices Instructor (Pilot) 52.81
15050 – Computer Based Training Specialist / Instructor 36.47
15060 – Educational Technologist 35.31
15070 – Flight Instructor (Pilot) 52.81
15080 – Graphic Artist 26.80
15090 - Technical Instructor 25.08
15095 - Technical Instructor/Course Developer 30.67
15110 – Test Proctor 20.20
15120 – Tutor 20.20
16000 – Laundry, Dry-Cleaning, Pressing And Related Occupations
16010 – Assembler 9.88
16030 – Counter Attendant 9.88
16040 – Dry Cleaner 12.94
16070 – Finisher, Flatwork, Machine 9.88
16090 – Presser, Hand 9.88
16110 – Presser, Machine, Drycleaning 9.88
16130 – Presser, Machine, Shirts 9.88
16160 – Presser, Machine, Wearing Apparel, Laundry 9.88
16190 – Sewing Machine Operator 13.78
16220 – Tailor 14.66
16250 – Washer, Machine 10.88
19000 – Machine Tool Operation And Repair Occupations
19010 – Machine-Tool Operator (Tool Room) 21.14
19040 – Tool And Die Maker 23.38
21000 – Materials Handling And Packing Occupations
21020 – Forklift Operator 18.02
21030 – Material Coordinator 22.03
21040 – Material Expediter 22.03
21050 – Material Handling Laborer 13.83
21071 – Order Filler 15.09
21080 – Production Line Worker (Food Processing) 18.02
21110 – Shipping Packer 15.09
21130 – Shipping/Receiving Clerk 15.09
21140 – Store Worker I 11.72
21150 – Stock Clerk 16.86
21210 – Tools And Parts Attendant 18.02
21410 – Warehouse Specialist 18.02
23000 – Mechanics And Maintenance And Repair Occupations
23010 – Aerospace Structural Welder 27.21
23021 – Aircraft Mechanic I 25.83
23022 – Aircraft Mechanic II 27.21
23023 – Aircraft Mechanic III 28.53
23040 – Aircraft Mechanic Helper 17.54
23050 – Aircraft, Painter 24.73
23060 – Aircraft Servicer 19.76
23080 – Aircraft Worker 21.01
23110 – Appliance Mechanic 21.75
23120 – Bicycle Repairer 14.43
23125 – Cable Splicer 26.02
23130 – Carpenter, Maintenance 21.40
23140 – Carpet Layer 20.49
23160 – Electrician, Maintenance 27.98
23181 – Electronics Technician Maintenance I 24.94
23182 – Electronics Technician Maintenance II 26.47
23183 – Electronics Technician Maintenance III 27.89
23260 – Fabric Worker 19.13
23290 – Fire Alarm System Mechanic 22.91
23310 – Fire Extinguisher Repairer 17.62
23311 – Fuel Distribution System Mechanic 22.81
23312 – Fuel Distribution System Operator 19.38
23370 – General Maintenance Worker 21.43
23380 – Ground Support Equipment Mechanic 25.83
23381 – Ground Support Equipment Servicer 19.76
23382 – Ground Support Equipment Worker 21.01
23391 – Gunsmith I 17.62
23392 – Gunsmith II 20.49
23393 – Gunsmith III 22.91
23410 – Heating, Ventilation And Air-Conditioning 23.89
Mechanic
23411 – Heating, Ventilation And Air Contditioning 25.17
Mechanic (Research Facility)
23430 – Heavy Equipment Mechanic 22.91
23440 – Heavy Equipment Operator 22.91
23460 – Instrument Mechanic 22.59
23465 – Laboratory/Shelter Mechanic 21.75
23470 – Laborer 14.98
23510 – Locksmith 21.90
23530 – Machinery Maintenance Mechanic 23.12
23550 – Machinist, Maintenance 22.91
23580 – Maintenance Trades Helper 18.27
23591 – Metrology Technician I 22.59
23592 – Metrology Technician II 23.80
23593 – Metrology Technician III 24.96
23640 – Millwright 28.19
23710 – Office Appliance Repairer 22.96
23760 – Painter, Maintenance 21.75
23790 – Pipefitter, Maintenance 24.63
23810 – Plumber, Maintenance 22.29
23820 – Pneudraulic Systems Mechanic 22.91
23850 – Rigger 22.91
23870 – Scale Mechanic 20.49
23890 – Sheet-Metal Worker, Maintenance 22.91
23910 – Small Engine Mechanic 20.49
23931 – Telecommunications Mechanic I 29.95
23932 – Telecommunications Mechanic II 31.55
23950 – Telephone Lineman 27.41
23960 – Welder, Combination, Maintenance 22.91
23965 – Well Driller 22.91
23970 – Woodcraft Worker 22.91
23980 – Woodworker 17.62
24000 – Personal Needs Occupations
24570 – Child Care Attendant 12.79
24580 – Child Care Center Clerk 17.77
24610 – Chore Aide 10.57
24620 – Family Readiness And Support Services 16.90
Coordinator
24630 – Homemaker 18.43
25000 – Plant And System Operations Occupations
25010 – Boiler Tender 27.30
25040 – Sewage Plant Operator 20.84
25070 – Stationary Engineer 27.30
25190 – Ventilation Equipment Tender 19.49
25210 – Water Treatment Plant Operator 20.84
27000 – Protective Service Occupations
27004 – Alarm Monitor 20.57
27007 – Baggage Inspector 12.71
27008 – Corrections Officer 22.80
27010 – Court Security Officer 24.72
27030 – Detection Dog Handler 20.57
27040 – Detention Officer 22.80
27070 – Firefighter 24.63
27101 – Guard I 12.71
27102 – Guard II 20.57
27131 – Police Officer I 26.52
27132 – Police Officer II 29.67
28000 – Recreation Occupations
28041 – Carnival Equipment Operator 13.59
28042 – Carnival Equipment Repairer 14.63
28043 – Carnival Equpment Worker 9.24
28210 – Gate Attendant/Gate Tender 13.01
28310 – Lifeguard 11.59
28350 – Park Attendant (Aide) 14.56
28510 – Recreation Aide/Health Facility Attendant 10.62
28515 – Recreation Specialist 18.04
28630 – Sports Official 11.59
28690 – Swimming Pool Operator 18.21
29000 – Stevedoring/Longshoremen Occupational Services
29010 – Blocker And Bracer 23.13
29020 – Hatch Tender 23.13
29030 – Line Handler 23.13
29041 – Stevedore I 21.31
29042 – Stevedore II 24.24
30000 - Technical Occupations
30010 – Air Traffic Control Specialist, Center (HFO) (see 2) 39.92
30011 – Air Traffic Control Specialist, Station (HFO) (see 2) 26.84
30012 – Air Traffic Control Specialist, Terminal (HFO) (see 2) 29.56
30021 – Archeological Technician I 20.19
30022 – Archeological Technician II 22.60
30023 – Archeological Technician III 27.98
30030 – Cartographic Technician 27.98
30040 – Civil Engineering Technician 26.41
30061 – Drafter/CAD Operator I 20.19
30062 – Drafter/CAD Operator II 22.60
30063 – Drafter/CAD Operator III 25.19
30064 – Drafter/CAD Operator IV 31.00
30081 – Engineering Technician I 22.92
30082 – Engineering Technician II 25.72
30083 – Engineering Technician III 28.79
30084 – Engineering Technician IV 35.64
30085 – Engineering Technician V 43.61
30086 – Engineering Technician VI 52.76
30090 – Environmental Technician 27.41
30210 – Laboratory Technician 23.38
30240 – Mathematical Technician 28.94
30361 – Paralegal/Legal Assistant I 21.36
30362 – Paralegal/Legal Assistant II 26.47
30363 – Paralegal/Legal Assistant III 32.36
30364 – Paralegal/Legal Assistant IV 39.16
30390 – Photo-Optics Technician 27.98
30461 - Technical Writer I 21.93
30462 - Technical Writer II 26.84
30463 - Technical Writer III 32.47
30491 – Unexploded Ordnance (UXO) Technician I 24.74
30492 – Unexploded Ordnance (UXO) Technician II 29.93
30493 – Unexploded Ordnance (UXO) Technician III 35.88
30494 – Unexploded (UXO) Safety Escort 24.74
30495 – Unexploded (UXO) Sweep Personnel 24.74
30620 – Weather Observer, Combined Upper Air Or (see 2) 25.19
Surface Programs
30621 – Weather Observer, Senior (see 2) 27.98
31000 – Transportation/Mobile Equipment Operation Occupations
31020 – Bus Aide 14.32
31030 – Bus Driver 20.85
31043 – Driver Courier 13.98
31260 – Parking and Lot Attendant 10.07
31290 – Shuttle Bus Driver 15.66
31310 – Taxi Driver 13.98
31361 – Truckdriver, Light 15.66
31362 – Truckdriver, Medium 17.90
31363 – Truckdriver, Heavy 19.18
31364 – Truckdriver, Tractor-Trailer 19.18
99000 – Miscellaneous Occupations
99030 – Cashier 10.03
99050 – Desk Clerk 11.58
99095 – Embalmer 23.05
99251 – Laboratory Animal Caretaker I 11.30
99252 – Laboratory Animal Caretaker II 12.35
99310 – Mortician 31.73
99410 – Pest Controller 17.69
99510 – Photofinishing Worker 13.20
99710 – Recycling Laborer 18.50
99711 – Recycling Specialist 22.71
99730 – Refuse Collector 16.40
99810 – Sales Clerk 12.09
99820 – School Crossing Guard 13.43
99830 – Survey Party Chief 21.94
99831 – Surveying Aide 13.63
99832 – Surveying Technician 20.85
99840 – Vending Machine Attendant 14.43
99841 – Vending Machine Repairer 18.73
99842 – Vending Machine Repairer Helper 14.43

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year, New Year’s Day, Martin Luther
King Jr’s Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans’ Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)
THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:
1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance proceduresdescribed in the conformance note included on this wagedetermination.
Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of:
(1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications;
(2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications;
(3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or
(4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).
2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS – NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am.
If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).
HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives.
Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges.
A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used.
All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay.
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:
The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of “wash and wear” materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.
The duties of employees under job titles listed are those described in the
“Service Contract Act Directory of Occupations”, Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page athttp://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/.
REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form
1444 (SF 1444)}
Conformance Process:
The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)}
When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).
2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency’s recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).
4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.
5) The contracting officer transmits the Wage and Hour decision to the contractor.
6) The contractor informs the affected employees.
Information required by the Regulations must be submitted on SF 1444 or bond paper.
When preparing a conformance request, the “Service Contract Act Directory of Occupations” (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0260/listing.html
OutreachSystems Article Number: 130530/PROCURE/0080
Matching Key Words: writ*; technical; standard; operating; procedure?; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–Program and Systems Support (PASS) W15QKN-13-R-0096 061913 Christopher Trotman, 609-562-3863 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Program and Systems Support (PASS) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD150px-AMC_dui Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Life Cycle Logistics; Systems Engineering; Business Improvement; Business Analytics; Modeling and Simulation Management; Test and Evaluation; Information Technology; Facilitation, Education and Training; and Technical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0096 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive proceduresutilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

In accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under the North American Industry Classification System (NAICS) 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify your company’s small business size standard based on that code.

In addition to the above efforts to seek maximum opportunities for small business participation, the NAVAIR 6.8 CBO intends to procure an IDIQ contract specifically for small business participation entitled quote mark PASS-Small Business (SB). quote mark The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support (PASS), dated 29 May 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS requirement are the Contracting Officer, Evonne Heyward at Evonne.M.Heyward.civ@mail.mil (609-562-7116), and the Contract Specialist, Chris Trotman, at Christopher.R.Trotman.civ@mail.mil (609-562-3863). All capability packages and PWS information/comments from Industry ON THE PASS ACQUISITION ONLY must be electronically submitted to the PASS POCs by 19 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.

**NOTE: THE PASS-SB CONTRACTING OFFICER AND CONTRACT SPECIALIST WILL BE IDENTIFIED WHEN THAT REQUIREMENT’S DRAFT PWS AND SOURCES SOUGHT NOTICE ARE RELEASED. PLEASE DO NOT SUBMIT ANY INQUIRIES, COMMENTS, AND/OR QUESTIONS ON PASS-SB TO EVONNE HEYWARD OR CHRISTOPHER TROTMAN.**

Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/dbcd52ea5eade0ba82670f66efa00ded
OutreachSystems Article Number: 130530/PROCURE/0526
Matching Key Words: writ*; technical; standard; procedure?; 

FedBizOpps – Special Notes

606px-Environmental_Protection_Agency_logo.svgEnvironmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA

R–RFQ-W-13-0002 RFQ-DC-13-00067 Percy Jones Jones.Percy@epa.gov REQUEST FOR QUOTE # RFQ-W-13-0002 ANNOUNCEMENT FOR STUDENT SERVICES CONTRACTS U.S. Environmental Protection Agency Office of Research and Development National Exposure Research Laboratory
SECTION I: GENERAL INFORMATION
This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is for a period of twelve months. The option period for this contract will not exceed 1,560 hours.
This solicitation includes the following four attachments:
ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments ATTACHMENT 2 – Evaluation Factors ATTACHMENT 3 – Student Proposal Form ATTACHMENT 4- Applicable Clauses ? Additional Terms and Conditions of the Order
In an effort to clarify the terms student and recent graduate, the definitions of each are provided below.
A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements.
A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last two years.
The Government will make contract award based on evaluation factors other than price which will consider the following: Total years of study in civil and environmental engineering or agricultural engineering, environmental sciences, hydrology, land use and urban planning, or related fields; Total months of relevant employment/volunteer services; Total months of experience with GIS and programming language; Research publications; and Grade Point Average.
Submissions in response to this solicitation must be submitted on or before 4:30 p.m. EDT, Monday, June 17, 2013 via e-mail to Contract Specialist Dionne Wright at wright.dionne@epa.gov. All email submissions must have ?RFQ-W-13-0002? in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer?s discretion. No telephone inquiries will be accepted in response to this solicitation.
Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement: http://www.epa.gov/oam/srpod/. Please follow the link located under the ?Announcements? header, entitled ?RFQ-W-13-0002?Student Services Contract? and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement.
SPECIAL NOTE:
Upon receipt of the award letter, the student contractor must go immediately to link http://cdx.epa.gov/warning.asp and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security.
In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B at http://www.dnb.com/updte. To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation.
Application Package Checklist for Applicants
Submissions in response to this announcement MUST include the following:
ü ü Completed Student Proposal Form (refer to Attachment 3) üResume or Statement of Qualification (not to exceed 2 pages)  üCopy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified)  üTwo letters of Recommendation (not to exceed 2 pages per letter )  Hourly Rate Certification (refer to Attachment 3)
Failure to submit the required documents may be determined nonresponsive and eliminated from consideration.
SECTION II: ANNOUNCEMENT
DETAILS OF THIS ANNOUNCEMENT
Location: Las Vegas, Nevada Required Level of Education Pursuing Ph.D. Civil and Environmental Engineering, Agricultural Engineering, Urban Planning Anticipated Start Date: June 2013 Rate of Pay: $34.26 Total Hours Per Week: 40 maximum hours per week Response Date: June 17, 2013 4:30 pm EDT
The mission of the U.S. Environmental Protection Agency (US EPA) is to protect human health and the environment. This mission is accomplished by conducting leading-edge research and fostering the sound use of science and technology.
Note: Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, or hold a current contract with the Agency, are ineligible to participate.
1. Project Description
The student contract will work with a multi-disciplinary research team for the ongoing Sustainable and Healthy Communities Research Program (SHCRP). The SHCRP is one of the new research programs undertaken in the EPA, Office of Research and Development to develop tools and comprehensive approaches to support community sustainability. One of the major concerns of environmental sustainability is the land use of built environmental and waste materials.
2. Required Knowledge, Skills, Work Experience/Education
The eligible student contractor must have completed a Master?s Degree in at least one of the following: civil and environmental engineering, hydrology, environmental science, geology landscape architecture, urban planning or a related field. The student contractor must currently be enrolled in a Ph.D. program in civil and environmental engineering, agricultural engineering, or urban planning.
The student contractor is required to have an understanding of sustainability metrics of built environment, urban land use, storm water runoff, low impact development and best management practices.
3. Estimated Number of Work Hours
This contract will be for one base period and one option period. It is anticipated that the student may work a maximum of 40 hours per week. This contract will not exceed 1,560 hours for the base period. The option period will not exceed 1,560 hours. The Government holds the exclusive right not to exercise this option period. 4. Approximate Start and End Dates
This contract is to begin on or about July 2013. The contract duration will be for a base period and one option period. The base period will be for a duration of 12 consecutive months not to exceed 1,560 hours. The option period will not exceed 1,560 hours. The Government holds the exclusive right not to exercise this option period.
5. Evaluation Factors to be Used to Evaluate Resumes
The Government will make the contract award based on the following items:
Total years of study in civil and environmental engineering or agricultural engineering, environmental sciences, hydrology, land use and urban planning, or related fields
Total months of relevant employment/volunteer services
Total months of experience with GIS and programming language
Research publications
Grade Point Average
6. Hourly Rates Applicable
The hourly rate for this position is $34.26, which is commensurate with the minimum required level of education and experience. Student contractors will be paid the basic hourly rate only for the number of hours worked and do not receive overtime premium. Student contractors do not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. Federal, State, Local, and Social Security taxes will not be withheld; student contractors are responsible for reporting income to authorities and paying all taxes. Student contractors are responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station.
7. Principal Duty Location
The duty location is in the EPA ORD NERL, 944 E. Harmon Avenue, Las Vegas, Nevada 89119. Work will be performed in a laboratory.
8. Resume and Other Application Requirements
Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable.
In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ?Student Proposal Form? and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment.
A student or recent graduate is required to submit two letter of recommendation. The letter may be from an academic advisor, major professor, or other professional associate familiar with the applicant?s skills and performance.
Foreign National students must submit the required documents outlined in the eligibility section of this announcement.
9. Deadline and Address for Submission of Resume and Application Materials
The deadline for submission is 4:30p.m.EDT, June 17, 2013.
10. Number of Awards Projected
This is only for a single student position. Only one position will be awarded.
11. Eligibility
Eligible student contractors must have completed a Master?s Degree in at least one of the following: civil and environmental engineering, hydrology, environmental science, geology landscape architecture, urban planning or a related field. The student contractor must currently be enrolled in a Ph.D. program in civil and environmental engineering, agricultural engineering, or urban planning.
Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a U.S. Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site at http://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html. If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools? credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
12. Required Background Investigation and Suitability Determination:
Student contractors awarded a contract must undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Using the HPSD-12 “Contract People Template” found at http://epa.gov/oam, student contractor will electronically submit information to the Contracting Officer’s Representative immediately upon contract award. In addition, the student contractor must review and complete the requirements outlined in Attachment 1 to Work Statement before beginning work on-site at the EPA. The student may begin work once the background investigation has commenced. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated.
Please visit the Announcements located at http://www.epa.gov/oam/srpod/ for all attachments related to this procurement.
URL: https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-13-00067/listing.html
OutreachSystems Article Number: 130531/SPECIAL/1001
Matching Key Words: documentar*; 

USABID State and Local Purchases

Virginia – County of Chesterfield http://www.chesterfield.gov/PurchasingBid.aspx?id=12469 Copies of the documents may be requested by phone at (804) 748-1617 or by E-mail to purchasing@co.chesterfield.va.us.
T - Video Production Equipment for School Administrative Building SOL 13-0790 Video Production Equipment for School Administrative Building For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130606/BID/0930
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – KLCRP CET Cancer Research Program Review RFP : 1300000354 SOL KLCRP CET Cancer Research Program Review RFP : 1300000354 Council On Postsecondary Education Request for Proposals(RFP) Published On : 5/31/13 Amended On : Closing On : 6/28/13 4:30 PM EDT Time Left: 25 Days, 05:20:08 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0002
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Student Programs Coordinator RFP : 1300000328 Kentucky SOL Student Programs Coordinator RFP : 1300000328 Kentucky Historical Society Request for Proposals(RFP) Published On : 5/31/13 Amended On : Closing On : 6/14/13 4:00 PM EDT Time Left: 11 Days, 04:49:43 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0003
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAdden SOL CCK-1881-13 Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAddendumn #1Drawing Addendum #2 Addendum #3Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0286
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – MCPPD UK Hospital HD307 Angio UPSAddendum #1Plans Available from SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSAddendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130604/BID/0287
Matching Key Words: age:state!ky; state!ky; 

Florida – School Board of Broward County http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&LP=BB&mi=10150 School Board of Broward County, Florida; Purchasing Department; Suite 323; 7720 West Oakland Park Boulevard; Sunrise, Florida 33351-6704; Main Purchasing Number: (954) 765-6120 Vendor Information Desk: (954) 765-6139, 765-7018

T – Becon TV Video Distribution Rights SOL RFP-14033E-0-2014/MBW Becon TV Video Distribution Rights For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130601/BID/0192
Matching Key Words: video*; distribut*; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAdden SOL CCK-1881-13 Project # 2366Demolish Cooperstown Buildings A, B, C, F & GAddendumn #1Drawing Addendum #2Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130601/BID/0315
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – International Air Mail (PCT) SOL UK-1263-13 International Air Mail (PCT) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130531/BID/0562
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Student Loan Management & Billing Service SOL UK-1261-13 Student Loan Management & Billing Service For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130531/BID/0563
Matching Key Words: age:state!ky; state!ky; 

State of Arkansas http://www.arkansas.gov/dfa/procurement/bids/index.php State of Arkansas; Mailing Address: P.O. Box 2940, Little Rock, AR 72203 Location: 1509 W. 7th Street, 3rd Floor, DFA Bldg, Little Rock, AR 72201; Phone: 501-324-9316; Fax: 501-324-9311; Email: anna.owens@dfa.state.ar.us

T - Video Production Equipment SOL SP-13-0239 Video Production Equipment For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130530/BID/0016
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Financial Examiner RFP : 1300000375 Department of Insur SOL Financial Examiner RFP : 1300000375 Department of Insurance Pro Services Request for Proposals(RFP) Published On : 5/24/13 Amended On : Closing On : 6/11/13 2:00 PM EDT Time Left: 14 Days, 02:18:55 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130529/BID/0017
Matching Key Words: age:state!ky; state!ky; 

Delaware – State Division of Purchasing http://bids.delaware.gov/default.asp PO Box 299, Grounds of Governor Bacon, Delaware City, DE 19106. Phone: 302-834-4550.

R – Radio Broadcast/Internet Radio Advertising for DSHA Programs SOL 8210 Radio Broadcast/Internet Radio Advertising for DSHA Programs For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130527/BID/0022
Matching Key Words: broadcast*; program?; 

Federal Procurements (Small)

FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

U — Internship Training Program Northeast Regional Office SOL P13AS00072 NOTICE OF INTENT TO AWARD This Funding Announcement is not a request for applications. This announcement is to provide public notice of the National Park Service?s intention to fund the following project activities without full and open competition. ABSTRACT Funding Announcement P13AS00072 Project Title Internship Training Program Northeast Regional Office Recipient National Council for Preservation Education Principle Investigator / Program Manager Cari Goetcheus Total Anticipated Award Amount $64,440.00 Cost Share None New Award or Continuation? Task Agreement under Cooperative Agreement P12PA30140 Anticipated Length of Agreement From date of award until September 30, 2014 Anticipated Period of Performance From date of award until September 30, 2014 Award Instrument Cooperative Agreement Statutory Authority 16 USC 1g CFDA # and Title 15.915 Technical Preservation Services Single Source Justification Criteria Cited (4) Unique Qualifications NPS Point of Contact June Zastrow 303-987-6718, june_zastrow@nps.gov OVERVIEW Cooperative Agreement Number P12PA30140 was entered into by and between the Department of the Interior, National Park Service, (NPS), and The National Council for Preservation Education (NCPE) for the purpose of providing training opportunities to qualified undergraduate and graduate students in academic programs in historic preservation and related disciplines, allowing them to learn about and contribute to historic preservation at the Federal level by assisting with short-term projects designed to preserve and manage historic and cultural resources. Unless otherwise specified herein, the terms and conditions as stated in the Cooperative Agreement will apply to this Task Agreement. Objective: To create additional training opportunities for qualified students. Interns will assist Federal government professionals involved in historic preservation and allied fields such as archeology, history, museum management and landscape architecture, in directed assignments focusing on Federal efforts in cultural resources management and protection. Duties may include archeological, architectural or landscape surveys; historical research and resource documentation; technical writingand publication development; artifact and records cataloging, conservation and management; database and Web page creation and maintenance; and hands-on condition assessment and repair of historic structures. RECIPIENT INVOLVEMENT NCPE agrees to: 1. Use the existing format to recruit and select additional trainees, or, in limited circumstances, extend existing training projects, for the program currently being offered. Every effort will be made to match the candidates’ qualifications with NPS needs. 2. Make financial and technical arrangements for the additional trainees to work in Washington, DC and other locations as necessary. NATIONAL PARK SERVICE INVOLVEMENT Substantial involvement on the part the National Park Service is anticipated for the successful completion of the objectives to be funded by this award. In particular, the National Park Service will be responsible for the following: 1. Assist with selection of prospective interns, as identified by NCPE, based on qualifications. 2. Provide a project mentor, materials, specialized tools and training, and related supplies for completion of the internship project. 3. Work with interns in conduct of the internship, assigning tasks, based upon each trainee’s interest, knowledge and skills, providing guidance and direction as needed for completion of duties, and reviewing work products to ensure they meet the goals of the internship. SINGLE-SOURCE JUSTIFICATION DEPARTMENT OF THE INTERIOR SINGLE SOURCE POLICY REQUIREMENTS Department of the Interior Policy (505 DM 2) requires a written justification which explains why competition is not practicable for each single-source award. The justification must address one or more of the following criteria as well as discussion of the program legislative history, unique capabilities of the proposed recipient, and cost-sharing contribution offered by the proposed recipient, as applicable. In order for an assistance award to be made without competition, the award must satisfy one or more of the following criteria: (1) Unsolicited Proposal ? The proposed award is the result of an unsolicited assistance application which represents a unique or innovative idea, method, or approach which is not the subject of a current or planned contract or assistance award, but which is deemed advantageous to the program objectives; (2) Continuation ? The activity to be funded is necessary to the satisfactory completion of, or is a continuation of an activity presently being funded, and for which competition would have a significant adverse effect on the continuity or completion of the activity; (3) Legislative intent ? The language in the applicable authorizing legislation or legislative history clearly indicates Congress? intent to restrict the award to a particular recipient of purpose; (4) Unique Qualifications ? The applicant is uniquely qualified to perform the activity based upon a variety of demonstrable factors such as location, property ownership, voluntary support capacity, cost-sharing ability if applicable, technical expertise, or other such unique qualifications; (5) Emergencies ? Program/award where there is insufficient time available (due to a compelling and unusual urgency, or substantial danger to health or safety) for adequate competitive procedures to be followed. The National Park Service did not solicit full and open competition for this award based the following criteria: (4) UNIQUE QUALIFICATIONS Single Source Justification Description: This project continues work authorized under Cooperative Agreement P12PA30140, NCPE was selected due to its unique role, background and experience in preservation education in this country, to help NPS achieve shared goals of historic and cultural resource preservation and training nationally. STATUTORY AUTHORITY 16 U.S.C. ?1g authorizes the NPS to enter into cooperative agreements that involve the transfer of NPS appropriated funds to state, local and tribal governments, other public entities, educational institutions, and private nonprofit organizations for the public purpose of carrying out National Park Service programs. This section provides broad authority for NPS to enter into cooperative agreements with most recipients for a public purpose. Although broad, this authority must be read in conjunction with the Federal Grant and Cooperative Agreement Act of 1977 and other authorities that prescribe whether a particular relationship should be a procurement contract or a cooperative agreement. Thus, in making this determination, one must always consider whether the principal purpose of the work is to acquire goods and/or services for NPS?s direct benefit in furtherance of its mission or for a public purpose. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130529/SMALL/1582
Matching Key Words: writ*; technical; 


FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

U — Internship Training Program Northeast Regional Office SOL P13AS00072 NOTICE OF INTENT TO AWARD This Funding Announcement is not a request for applications. This announcement is to provide public notice of the National Park Service?s intention to fund the following project activities without full and open competition. ABSTRACT Funding Announcement P13AS00072 Project Title Internship Training Program Northeast Regional Office Recipient National Council for Preservation Education Principle Investigator / Program Manager Cari Goetcheus Total Anticipated Award Amount $64,440.00 Cost Share None New Award or Continuation? Task Agreement under Cooperative Agreement P12PA30140 Anticipated Length of Agreement From date of award until September 30, 2014 Anticipated Period of Performance From date of award until September 30, 2014 Award Instrument Cooperative Agreement Statutory Authority 16 USC 1g CFDA # and Title 15.915 Technical Preservation Services Single Source Justification Criteria Cited (4) Unique Qualifications NPS Point of Contact June Zastrow 303-987-6718, june_zastrow@nps.gov OVERVIEW Cooperative Agreement Number P12PA30140 was entered into by and between the Department of the Interior, National Park Service, (NPS), and The National Council for Preservation Education (NCPE) for the purpose of providing training opportunities to qualified undergraduate and graduate students in academic programs in historic preservation and related disciplines, allowing them to learn about and contribute to historic preservation at the Federal level by assisting with short-term projects designed to preserve and manage historic and cultural resources. Unless otherwise specified herein, the terms and conditions as stated in the Cooperative Agreement will apply to this Task Agreement. Objective: To create additional training opportunities for qualified students. Interns will assist Federal government professionals involved in historic preservation and allied fields such as archeology, history, museum management and landscape architecture, in directed assignments focusing on Federal efforts in cultural resources management and protection. Duties may include archeological, architectural or landscape surveys; historical research and resource documentation; technical writingand publication development; artifact and records cataloging, conservation and management; database and Web page creation and maintenance; and hands-on condition assessment and repair of historic structures. RECIPIENT INVOLVEMENT NCPE agrees to: 1. Use the existing format to recruit and select additional trainees, or, in limited circumstances, extend existing training projects, for the program currently being offered. Every effort will be made to match the candidates’ qualifications with NPS needs. 2. Make financial and technical arrangements for the additional trainees to work in Washington, DC and other locations as necessary. NATIONAL PARK SERVICE INVOLVEMENT Substantial involvement on the part the National Park Service is anticipated for the successful completion of the objectives to be funded by this award. In particular, the National Park Service will be responsible for the following: 1. Assist with selection of prospective interns, as identified by NCPE, based on qualifications. 2. Provide a project mentor, materials, specialized tools and training, and related supplies for completion of the internship project. 3. Work with interns in conduct of the internship, assigning tasks, based upon each trainee’s interest, knowledge and skills, providing guidance and direction as needed for completion of duties, and reviewing work products to ensure they meet the goals of the internship. SINGLE-SOURCE JUSTIFICATION DEPARTMENT OF THE INTERIOR SINGLE SOURCE POLICY REQUIREMENTS Department of the Interior Policy (505 DM 2) requires a written justification which explains why competition is not practicable for each single-source award. The justification must address one or more of the following criteria as well as discussion of the program legislative history, unique capabilities of the proposed recipient, and cost-sharing contribution offered by the proposed recipient, as applicable. In order for an assistance award to be made without competition, the award must satisfy one or more of the following criteria: (1) Unsolicited Proposal ? The proposed award is the result of an unsolicited assistance application which represents a unique or innovative idea, method, or approach which is not the subject of a current or planned contract or assistance award, but which is deemed advantageous to the program objectives; (2) Continuation ? The activity to be funded is necessary to the satisfactory completion of, or is a continuation of an activity presently being funded, and for which competition would have a significant adverse effect on the continuity or completion of the activity; (3) Legislative intent ? The language in the applicable authorizing legislation or legislative history clearly indicates Congress? intent to restrict the award to a particular recipient of purpose; (4) Unique Qualifications ? The applicant is uniquely qualified to perform the activity based upon a variety of demonstrable factors such as location, property ownership, voluntary support capacity, cost-sharing ability if applicable, technical expertise, or other such unique qualifications; (5) Emergencies ? Program/award where there is insufficient time available (due to a compelling and unusual urgency, or substantial danger to health or safety) for adequate competitive procedures to be followed. The National Park Service did not solicit full and open competition for this award based the following criteria: (4) UNIQUE QUALIFICATIONS Single Source Justification Description: This project continues work authorized under Cooperative Agreement P12PA30140, NCPE was selected due to its unique role, background and experience in preservation education in this country, to help NPS achieve shared goals of historic and cultural resource preservation and training nationally. STATUTORY AUTHORITY 16 U.S.C. ?1g authorizes the NPS to enter into cooperative agreements that involve the transfer of NPS appropriated funds to state, local and tribal governments, other public entities, educational institutions, and private nonprofit organizations for the public purpose of carrying out National Park Service programs. This section provides broad authority for NPS to enter into cooperative agreements with most recipients for a public purpose. Although broad, this authority must be read in conjunction with the Federal Grant and Cooperative Agreement Act of 1977 and other authorities that prescribe whether a particular relationship should be a procurement contract or a cooperative agreement. Thus, in making this determination, one must always consider whether the principal purpose of the work is to acquire goods and/or services for NPS?s direct benefit in furtherance of its mission or for a public purpose. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130529/SMALL/1583
Matching Key Words: writ*; technical;

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

600px-US-DeptOfNavy-Seal.svgNAVY

United Technologies Corp., Pratt and Whitney, Military Engines, East Hartford, Conn., is being awarded a $648,769,404 modification to a previously awarded cost-plus-incentive-fee contract (N00019-02-C-3003) to extend the F135 System Development and Demonstration contract period of performance.  In addition this modification is for the procurement of the technical baseline review design, verification, validation and qualification tasks; two spare flight test engines, and additional spare parts to support the F-35 Flight Test Program.  Work will be performed in East Hartford, Conn. (72 percent); Bristol, United Kingdom (22 percent); and Indianapolis, Ind. (6 percent), and is expected to be completed in December 2016.  No funds are being obligated at time of award.  Funds are obligated incrementally.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $104,734,081 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0002) for the procurement and delivery of 83,169 Xilinx field programmable gate arrays (FPGAs) for the U.S. Air Force (35,842), U.S. Marine Corps (10,517); U.S. Navy (9,517), and the governments of Italy (5,992); Turkey (6,370); Australia (5,952); Norway (4,905); United Kingdom (3,530); the Netherlands (61); and Denmark (483).  These FPGAs are required for the manufacture of the low rate initial production Lot VII through full rate production Lot III Joint Strike Fighter aircraft.  Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2014.  Fiscal 2011 Aircraft Procurement, Navy; Fiscal 2011 Aircraft Procurement, Air Force; Fiscal 2013 Operations & Maintenance, Navy; Fiscal 2013 Operations & Maintenance, Air Force; and International Partner funding contract funds in the amount of $104,734,081 will be obligated at time of award of which $70,136,722 will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($46,384,611; 44.3 percent); U.S. Navy and U.S. Marine Corps ($23,752,211; 22.7 percent); and the governments of Italy ($8,107,089; 7.7 percent); Turkey ($7,593,019; 7.2 percent); Australia ($6,894,676; 6.6 percent); Norway ($6,640,664; 6.3 percent); United Kingdom ($5,132,732; 4.9 percent); the Netherlands ($115,809; .11 percent); and Denmark ($113,370; .10 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

W.S. Darley & Co., Itasca, Ill., is being awarded a $20,396,669 firm-fixed-price delivery order #0004 under previously awarded indefinite-delivery/indefinite-quantity contract (M67854-12-D-5008) for 397, 600-gallons per minute pumps in support of product manager, expeditionary power systems, program manager, combat support systems.  The pumps will be used for fuel and potable water transfer to Marines in combat.  Work will be performed in Itasca, Ill., and is expected to be completed by June 5, 2014.  Fiscal 2013 Procurement Marine Corps funds in the amount of $20,396,669 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Homeland Contracting Corp.*, Chesapeake, Va., is being awarded a $14,354,000 firm-fixed-price contract for construction of a medical clinic replacement facility at Marine Corps Base, Camp Lejeune, N.C.  The existing Berkeley Manor Building 5400 complex will be demolished.  The work to be performed provides for the construction of a single-story clinic facility.  Clinic workspace supports treatment and medical administration activities including pediatrics, dermatology, traumatic brain injury, educational and developmental intervention services, optical lab, information management, and general medical administration.  Supporting facilities will include utilities, communications, paving, parking, sidewalks, site improvements, landscaping, and roadway signage.  Construction includes all signalization systems, road signage, and vehicle inspection areas.  Work will be performed in Jacksonville, N.C., and is expected to be completed by April 2015.  Fiscal 2013 Military Construction, Defense Medical contract funds in the amount of $14,354,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with nine proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-13-C-6003).

LRAD Corp.*, San Diego, Calif., is being awarded a $12,231,360 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for small, medium and large acoustic hailing devices, mounts, test teardown and evaluation, provision item order spares, and data.  Small, medium and large acoustic hailing devices will be used by the Anti-Terrorism/Force Protection Afloat Program Office (PMS 480) and/or other Department of Defense Activities.  Acoustic hailing devices will be used in support of large and small deck naval surface ships, submarines, security boats, shore security operations and others as warning devices employed in anti-terrorism/force protection missions.  Work will be performed in San Diego, Calif., and is expected to be completed by June 2018.  Fiscal 2012 and 2013 Other Procurement, Navy contract funds in the amount of $1,988,785 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured and solicited via the Federal Business Opportunities website, with three offers received.  The Naval Surface Warfare Center, Crane, Ind., is the contracting activity (N00164-13-D-JQ05).

Arcadis U.S. Inc., Highlands Ranch, Colo., is being awarded $8,509,606 for firm-fixed-price task order #0006 under a previously awarded environmental multiple-award contract (N62473-11-D-2226) for loading, transportation and removal of waste material at Hunters Point Naval Shipyard.  The work to be performed provides for support, transportation and disposal and/or recycling of waste soil, green waste, and miscellaneous construction debris.  Work will be performed in San Francisco, Calif., and is expected to be completed by December 2014.  Fiscal 2013 Base Realignment and Closure, Navy contract funds in the amount of $8,509,606 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

AIR FORCE

Northrop Grumman Electronic Business Segment, Linthicum Heights, Md., has been awarded a maximum $115,000,000 firm-fixed-price contract to provide 16356px-Seal_of_the_US_Air_Force.svg AN/APG-68 (V)9 radar systems for the Royal Thai Air Force and 22 AN/APG-68 (V)9 radar systems for the Republic of Iraq for a total of 38 radar systems.  This foreign military sale also includes spares for the Egyptian Air Force, Royal Moroccan Air Force and Pakistan Air Force.  $51,449,989 will be obligated at time of award.  This is a sole-source acquisition.  Work will be performed at Linthicum, Md., and is expected to be completed by Dec. 20, 2017.  Air Force Life Cycle Management Center/WWMK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-13-C-6018).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $44,500,000 firm-fixed-price contract to install the KC-135 Global Air Traffic Management Block 40 Upgrade into three KC-135R French Air Force aircraft.  Work will be performed at Cedar Rapids, Iowa, and is expected to be completed by Nov. 10, 2015.  This contract is 100 percent funded foreign military sales.  Air Force Life Cycle Management Center/WKKPA, Tinker Air Force Base, Okla., is the contracting activity (FA8105-13-C-0001).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

World Fuel Services Inc., Miami, Fla., has been awarded a maximum $16,750,496 fixed-price with economic-price-adjustment, into-plane contract.  This contract is for aircraft fuel services.  Locations of performance are Florida and the U.S. Virgin Islands with a March 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va. (SP0600-13-D-0081).

Newpark Mats & Integrated Services LLC, The Woodland, Texas, has been awarded a maximum $16,043,571 modification (P0009) exercising the second option year period on contract (SPM8E6-11-D-0011) for facilities maintenance, rotary-wing aircraft Dura-Base Mat System.  The contract is a fixed-price with economic-price-adjustment contract.  Location of performance is Texas, with a July 10, 2014 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Nexagen Networks Inc., Marlboro, N.J., (W15P7T-13-D-E015)/(W15P7T-13-D-E077); Adams Communication & Engineering Technology Inc., Waldorf, Md., (W15P7T-13-D-E016); AASKI Technology Inc., Asbury Park, N.J., (W15P7T-13-D-E017)/(W15P7T-13-D-E078); Banc 3 Inc., Princeton, N.J., (W15P7T-13-D-E018)/(W15P7T-13-D-E079); Data Tactics Corp., McLean, Va., (W15P7T-13-D-E019)/(W15P7T-13-D-E080); Rivera Consulting Group Inc., Sellersburg, Ind., (W15P7T-13-D-E020)/(W15P7T-13-D-E081); Bowhead Systems Management Inc., Alexandria, Va., (W15P7T-13-D-E021)/(W15P7T-13-D-E082); and Blue Canopy Group LLC, Reston, Va., (W15P7T-13-D-E022)/(W15P7T-13-D-E083); were awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract with a maximum value of $7,000,000,000 to procure software and systems engineering services in support of the Army’s Software Engineering Center.  Each company receives a minimum guarantee of $2,500 on award, and will compete for task orders. Performance location and type of appropriation will be determined with each task order.  The estimated date is May 30, 2018.  The bid was solicited through the Internet, with 11 bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity.

Varec NV, Mechelen, Belgium, was awarded a fixed-price, economic-price-adjustment contract with a maximum value of $40,743,800 for the procurement of track pins for multiple combat vehicles.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Texarkana, Texas, is the contracting activity (W911RQ-13-D-0011).

Longbow LLC, Orlando, Fla., is being awarded a $39,026,852 modification (P00042), to a previously awarded firm-fixed-price, foreign-military-sales (FMS) contractDepartment of the Army (W58RGZ-06-C-0134), for the procurement of mast mounted assemblies; fire controls radars; and peculiar ground support equipment.  The cumulative total face value of this contract is $333,348,252.  This FMS contract is in support of Saudi Arabia.  A combination of fiscal 2011 and fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Zeta Associates Inc., Fairfax, Va., was awarded a cost-plus-fixed-fee with a maximum value of $28,500,000 for the upgrade and production of Guardian Eagle X-Midas V3 systems and related services.  Performance location and type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C112).

General Dynamics OTS Inc., Garland, Texas, was awarded a firm-fixed-price, foreign-military-sales (FMS), multi-year contract with a maximum value of $24,492,396 for the procurement of MARK(MK)80 General Purpose Bomb Bodies.  This FMS contract is in support of Australia, Saudi Arabia and Iraq.  A combination of fiscal 2011, fiscal 2012 and fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0050).

Axion Corp., Huntsville, Ala., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $9,310,840 for the procurement of M304 and M310 installation kits.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with eight bids received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0023).

BMI Defense Systems, Bryan, Texas, was awarded a $9,237,067 modification (No. 0001), to a previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price, multi-year contract (W56HZV-13-D-0109), for the procurement of Gunner Accessory Package 2.0 Kits in support of the Cross Platform Mine Resistant Ambush Protected vehicle.  Fiscal 2011 Procurement funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

Charles F. Day & Associates LLC, Stafford, Va., was awarded a cost-plus-fixed-fee contract with a maximum value of $8,023,728 for the field technician services in support of the Generation II Helmet Sensors.  Work will be performed in Aberdeen Proving Ground, Md.  Fiscal 2013 Operations and Maintenance funds in the amount of $4,265,200 are being obligated on this award.  The bid was solicited through the Internet, with two bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-13-C-0018).

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Corp., Mission Systems and Sensors, Manassas, Va., is being awarded a $29,384,800 modification to previously awarded contract (N00024-11-C-6294) for fiscal 2013 Acoustic Rapid Commercial-Off-The-Shelf (COTS) Insertion (A-RCI) production.  The contract provides funding for the development and production of the A-RCI and common acoustics processing for Technology Insertion 12 through Technology Insertion 14 for the U.S. Navy submarine fleet.  A-RCI is a sonar system that integrates and improves towed array, hull array, sphere array, and other ship sensor processing, through rapid insertion of COTS based hardware and software.  Work will be performed in Manassas, Va. (60 percent), and Clearwater, Fla. (40 percent), and is expected to be completed by December 2013.  Fiscal 2013 Other Procurement, Navy funding in the amount of $28,337,184 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DLT Solutions, Herndon, Va., is being awarded an $8,772,000 firm-fixed-price blanket purchase agreement for the Department of the Navy (DON) Oracle Enterprise License Agreement to provide DON personnel license for use and maintenance of a wide variety of Oracle software products.  This contract includes six options, which if exercised, would bring the total amount of the contract to $227,000,000 over five years.  Work will be performed at all DON activity using Oracle software product.  Authorized users of the license are throughout the entire DON and at nearly every Navy and Marine Corps installation.  Work is expected to be completed by Sept. 6, 2013.  Fiscal 2013 Operations and Maintenance, Navy funds in the amount of $8,772,000 will be obligated at the time of award, and will expire before the end of the current fiscal year.  This contract was competitively awarded, with four offers received in response to the solicitation.  The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-A-ZF48).

Rolls-Royce Corp., Indianapolis, Ind., is being awarded a $6,944,520 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) to provide for 10 low power repairs of the AE1107 turboshaft engines for the Air Force variant of the CV-22 aircraft for the U.S. Air Force.  Work will be performed in Oakland, Calif. (70 percent) and Indianapolis, Ind. (30 percent), and is expected to be completed in February 2014.  Fiscal 2013 Operations and Maintenance, Air Forcefunds in the amount of $6,944,520 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Epsilon Systems Solutions Inc., San Diego, Calif., is being awarded a $6,937,467 cost-plus-fixed-fee contract for professional and engineering support services for the Southwest Regional Maintenance Center.  These services include support in the areas of: administration, logistics, program management, information assurance, training, and quality assurance; business and finance; and technical and engineering support.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $12,777,951.  Work will be performed in San Diego, Calif. (90 percent), Bremerton, Wash. (3 percent), Pearl Harbor, Hawaii (3 percent), Apra Harbor, Guam (2 percent), Sasebo, Japan (1 percent), and Yokosuka, Japan (1 percent), and is expected to be complete by November 2013.  Fiscal 2013 Operations and Maintenance Navy funding in the amount of $4,324,094 will be obligated at time of award, and will expire at the end of the current fiscal year.  This contract was not competitively procured.  The sole source is in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  Reference FAR 6.302-1.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity (N55236-13-C-0008).

TCOM Limited Partnership also known as TCOM L.P.*, Columbia, Md., is being awarded an $11,800,672 firm-fixed-price delivery order #0003 against a previously issued basic ordering agreement (N68335-13-G-0011) for 22M and 28M aerostat parts and spares in support of the Army’s Persistent Ground Surveillance System Program.  Work will be performed in Elizabeth City, N.C. (90 percent) and Columbia, Md. (10 percent), and is expected to be completed in October 2013.  Fiscal 2013 Operations and Maintenance, Army contract funds in the amount of $11,800,672 are being obligated on this award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity.

The Boeing Co., Wichita, Kan., is being awarded a $17,264,583 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-10-D-0017) to exercise an option for logistics support services for the Navy’s C-40A aircraft fleet.  Services to be provided include commercial depot support and600px-US-DeptOfNavy-Seal.svg site support at Naval Air Station (NAS) Jacksonville, Fla.; NAS Joint Reserve Base, Fort Worth, Texas; NAS North Island, Calif.; and NAS Oceana, Va.  Work will be performed in Fort Worth, Texas (25 percent); Jacksonville, Fla. (25 percent); North Island, Calif. (25 percent); and Oceana, Va. (25percent), and will be completed in July 2015.  No funding will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Raytheon Co., Tucson, Ariz., is being awarded an $80,497,513 firm-fixed-price contract for the procurement of 200 full rate production Lot 9 AGM-154C-1 Unitary Joint Stand-Off Weapon missiles, including associated support equipment.  In addition, this contract provides for one AGM-154C-1 for performance characterization test.  Work will be performed in Dallas, Texas (44 percent); Cedar Rapids, Iowa (24 percent); Tucson, Ariz. (22 percent); and McAllester, Okla. (10 percent), and is expected to be completed in July 2015.  Fiscal 2013 Weapons Procurement, Navy funds in the amount of $80,497,513 is being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0011).

Alpha Marine Services, LLC, Cut Off, La., is being issued an $8,184,030 modification under a previously awarded firm-fixed-price contract (N00033-12-C-2002) to exercise an option for the 12-month time charter of U.S.-built, U.S.-flagged, contractor-owned and contractor-operated surface support vessel MV Kellie Chouest.  This vessel will be used to support 29 to 44 government personnel for up to 90 days without resupply for U.S. Navy missions.  Work will be performed at sea worldwide, and is expected to be completed by June 2014.  Fiscal 2013 Operations and Maintenance Defense-wide funds in the amount of $8,184,030 are obligated at the time of award, all of which will expire at the end of the current fiscal year.  The U.S. Navy’s Military Sealift Command, Washington, D.C., is the contracting activity (N00033-12-C-2002).

Science Applications International Corp., McLean, Va. (N00421-10-D-0016); Booz Allen Hamilton, Inc., McLean, Va. (N00421-10-D-0017); L-3 Communications Corp., Mount Laurel, N.J. (N00421-10-D-0018); and National Technologies, Inc., Alexandria, Va. (N00421-10-D-0019), are each being awarded modifications to previously awarded indefinite-delivery/indefinite-quantity multiple award contracts to exercise options for business financial management, and program and business analysis services in support of the Naval Air Warfare Center Aircraft Division (NAWCAD).  A not-to-exceed shared ceiling of $10,248,828 exists for the ordering period and each contractor will be provided a fair opportunity to compete for individual task orders.  Work will be performed at NAWCAD Patuxent River, Md. (89.9 percent) and NAWCAD Lakehurst, N.J. (10.1 percent), and is expected to be completed in June 2014.  No contract funds will be obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Foster Fuels Inc.,* Brookneal, Va., has been awarded a minimum $7,913,504 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Virginia, Montana, Washington, and Oregon with a July 30, 2016 performance completion date.  Using military services are Army, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2016 Service funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4510).

MISSILE DEFENSE AGENCY CONTRACT AWARD

Boeing Co., Huntsville, Ala., was awarded a $6,820,626 modification (P0008), to cost-plus-fixed-fee contract (HQ0277-12-C-0001). Under this modification, the contractor will make aircraft modifications to accommodate instruments and payloads on Boeing’s existing experimental prototype aircraft and gather, analyze, and report600px-US-MissileDefenseAgency-Seal.svg flight test data to characterize potential payload environments.  The modification increases the total contract value from $2,213,873 to $9,034,499.  The work will be performed in Huntsville, Ala.; St. Louis, Mo.; Edwards Air Force Base, Calif.; and Albuquerque, N.M.  The performance period is award plus five months.  Fiscal 2013 Research, Development, Test and Evaluation funds in the amount of $3,100,000 are being obligated on this award.  The Missile Defense Agency, Albuquerque, N.M., is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Department of Veterans Affairs, Nashville VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129

U–TRAINING VA24913I0725 061413 Victoria Rone Victoria.Rone3@va.gov 615-225-6454 victoria.rone3@va.gov The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Veterans Administration Medical Center Lexington, 1101 Veterans Drive Lexington, KY 40502 is conducting market research through this sources sought notice to seek sources that can provide two separate classes on the most current NFPA 99, Healthcare Facilities Code to includeVA interpretation and implementation across different occupancies and activities in healthcare environment. In addition, to providing students student training material, certificates, and provide technical response to questions during training. The North American Industry Classification System (NAICS) Code for this acquisition is 611430.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror’s responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency’s requirements exists, (2) determine if commercial items suitable to meet the agency’s needs are available or could be modified to meet the agency’s requirements, and (3) determine the commercial practices of company’s engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.
SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at http://www.sam.gov or by calling 1-866-606-8220.
Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the following areas:
1. Capability to provide two separate classes for up to 50 individuals on the most current NFPA 99, Healthcare Facilities Code to include interpretation and implementation across different occupancies and activities in healthcare environment.
2. Capability to provide student training material, certificates, and provide technical response to questions during training.
3. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to victoria.rone3@va.gov.The subject line must specify NFPA TRAINING. Responses must be submitted no later than June 17, 2013 at 12:00 PM, Central Time with the following information/documentation:
4. 1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern
4. Documentation Verifying Small Business Certification:
a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 611430.
c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 611430.
d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 611430.
Set-Aside: Total Small Business Place of Performance: Lexington VAMC;1101 Veterans Drive;Lexington, KY 40502 United States URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913I0725/listing.html
OutreachSystems Article Number: 130611/PROCURE/0093
Matching Key Words: state!ky; 


600px-US-DeptOfTheTreasury-Seal.svgDepartment of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W. Washington DC 20228

R — Historical Resource Center RFI BEP_HRC_SourcesSought 061413 Rachelle Vaughan, Contract Specialist, Phone 202-874-3251, Email rachelle.vaughan@bep.gov The Bureau of Engraving & Printing (BEP) is publicizing this Request for Information (RFI) for the sole purpose of exchanging information as a market research effort in order to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government’s requirements, and enhancing the Government’s ability to obtain quality supplies and services, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award.

In accordance with FAR Subpart 15.201 (e), the government does not presently intend to award a contract, but seeks to obtain price, delivery, other market information, or capabilities for planning purposes. The government is also interested in determining whether this requirement can be set-aside for small businesses and/or conducted off of a GSA Federal Supply Schedule. A response to this notice is not considered an offer and cannot be accepted by the Government to form a binding contract.

All interested parties are advised to thoroughly read the attached Statement of Work (SOW) and respond to Rachelle Vaughan, Contract Specialist, via email at rachelle.vaughan@bep.gov prior to the closing date and time. Offerors are permitted to email a company line card or a maximum 5-page technical proposal (not including cover page) detailing how the organization is capable of meeting the required need. Neither a fulltechnical proposal nor pricing information should be forwarded in response to this RFI. Written technical advisement received prior to the deadline will be reviewed by the Office of Acquisition (OA) and the associated Program Office. Responses received after the deadline will not be reviewed by OA or forwarded to the program office.

In the event the government seeks to make an award for the required services, a Statement of Work (SOW) and combined synopsis/solicitation will be made available on FedBizOpps 15 days prior to award. Those interested parties who provided a technical response to this RFI, prior to the deadline, will receive a notification via email of the released solicitation. Agencies are advised to include the Duns & Bradstreet (DUNS) number, size standard, government sales point of contact, and GSA Schedule Number (if applicable) on the cover page of the technical response.

Questions pertaining to this RFI can be directed to Rachelle Vaughan via email at rachelle.vaughan@bep.gov.

In accordance with FAR provision 52.215-3 Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997)

(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18 , Bid and proposal costs, of the Federal Acquisition Regulation.

(b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

(c) This solicitation is issued for the purpose of increasing the government’ s understanding of industry capabilities.

Place of Performance: 14th & C Sts. SW Washington, DC 20228 US URL: https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP_HRC_SourcesSought/listing.html
OutreachSystems Article Number: 130611/PROCURE/0458
Matching Key Words: writ*; technical; standard; 


Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

R–NCEA-On-Site Information Management Services-Cincinnati SOL-CI-13-00022 070913 Michael D. Kreacic kreacic.michael@epa.gov United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation606px-Environmental_Protection_Agency_logo.svg of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130611/PROCURE/0538
Matching Key Words: writ*; technical; standard; 

Department of Veterans Affairs, VA Health Administration Center, Department of Veterans Affairs Health Administration Center, Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209

VAU–TRAINING AND CERTIFICATION FOR PEER SUPPORT VA74113Q0190 062813 Maurice Walker maurice.walker@va.gov Maurice Walker, Contracting Officer Statement of Work
Peer Support Certification Training
Office of Mental Health/ Employee Education System (EES)
1. PURPOSE. The purpose of this contract is to provide training and certification for non-certified peer support apprentices and peer support technicians. VHA’s Psychosocial Rehabilitation and Recovery Services Section in the Office of Mental Health Services (OMHS) has been charged with developing and approving peer support certification training services. The Director of Peer Support Services for the Office of Mental Health Services is responsible for the program of peer support in VA’s mental health programs.
2. BACKGROUND. Peer support services were formally initiated in VHA mental health programs in 2006 with funding that enhanced mental health programs with recovery-oriented services, and a Director of Peer Support Services in OMHS was hired in 2007. Prior to the passage of Public Law 110-387 in October 2008, peers hired in VHA were not required to be certified to provide peer services. The passage of this law as well as Public Law 111-163 (passed in May 2010) not only required that peer support specialists in VHA be certified by an appropriate peer certification program but also provided authorization for VHA to develop a national contract with a not-for-profit agency to provide training for Veterans to provide peer support services. Peer support services are an essential component of transforming VHA’s mental health programs to the recovery model and are required by VHA Handbook 1160.01, Uniform Mental Health Services in VA Medical Centers and Clinics. A contract for this purpose is currently in force with the Depression and Bipolar Support Alliance, but expires due to need to expand the scope and have open competition for additional training. The current contract for 160 employees is VA741-13-C-0019.
3. Objectives. The contracting vendor will provide current and future VA employed peer support apprentices or technicians or with training, resulting in their being fully prepared to take a certification examination. This training must cover the competencies and skills for peer support services in mental health programs as defined by OMHS and described in the Specific Tasks and Deliverables Section below.
4. Scope. The Contractor who is awarded this contract must provide the required labor and materials to develop and present a peer support specialist training and certification program for VA employees nationwide, for approximately 340 employees. Contractors shall follow the existing quality control plan that contains, at a minimum, a description of the inspection system to cover all services including areas to be inspected and the schedule of inspection, a description of the methods used for identifying and preventing defects in the quality of services and a description of the records to be kept to document inspections and any corrective/preventive actions taken in advance of the award of the contract.
Services: Peer support certification training (including didactic, experiential, and multimedia modalities) covering the 34 competencies VHA has designated as required for peer support staff are identified in the Specific Tasks and Deliverables section below. Some competencies marked with an asterisk in the list of mandatory tasks must have an experiential component that includes role playing and provides for demonstration of those skills in order to establish competencies.
Training for the competencies that do not require the face-to-face experiential modality may be provided through in-person training or through completion of workbook materials, manuals, or online learning conducted prior to the experiential training. Attachment (A) has been included which gives details of guidelines and expectations VHA will use to evaluate the responses to this proposal. Attachment (E), VA Reviewer Rating Tool to Evaluate Peer Support Certification Training RFPs, is the actual tool the VA review team will use in evaluating submitted proposals. Completion of Attachment (D) is recommended but optional, and may be submitted with required deliverables.
An examination that demonstrates mastery of the peer support competencies and skills must be administered by the contractor in two segments. A performance based segment that demonstrates mastery of the competencies and skills learned in the face-to-face training (those marked below with an asterisk under “Task One”) will be administered during the face-to-face training. A second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility.. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS.
5. Specific Tasks and Deliverables. If for any reason, any deliverable cannot be delivered on time according to the below schedule, the contractor shall provide a written explanation three days prior to the due date to the Contracting Officer Representative (COR). This written transmittal shall include a firm commitment of when the work shall be completed. This transmittal to the COR shall cite reasons for the delay, and the impact on the overall project. The COR will review collaboratively with the program office and facts and issue a response in accordance with the contract terms and conditions. Unless otherwise specified an electronic copy shall be placed in the designated CBO SharePoint site or other CBO-designated site. Specifically, the contractor shall:
5.1 Task One. The contractor shall develop a plan for training to thoroughly cover the following 34 competencies. Competencies that must have an experiential performance based modality of training that includes role-playing or other demonstration of skills, observed and critiqued by the trainer, are marked with an asterisk in the list below. The contractor may include other topics/competencies in the training which they deem appropriate or are required by their state’s peer support certification training approval process.
Recovery Principles
Overview of Psychosocial Rehabilitation
Components of Recovery
Stages of Recovery
Peer Support Role in Psychosocial Rehabilitation
Peer Support Principles
*Being a role model
*Instilling hope
*Being an Advocate
Principal Duties of Peer Support Staff
Cultural Competence
*Understanding how roles of ethnicity, race, spirituality, gender, sexual orientation, local community and other sub-cultures may influence recovery.
Communications Skills
*Effective Listening & Asking Questions Skills
*Communication styles (passive/aggressive/assertive), and Verbal and Nonverbal communication
*Conflict resolution skills
Group Facilitation Skills
*Basic Understanding of Group Dynamics and interactions
How to Use Support Groups
Addressing Stigma
*Managing Internalized Stigma
*Managing Environmental Stigma
Understanding Different Illnesses
Major Psychiatric Conditions in DSM IV
Addictive Disorders
Co-Occurring Disorders
Medications and side effects

Recovery Tools
*Using Recovery workbooks and other self-help instruments
*Problem solving, using solution focused strategies
*Telling your personal recovery story, being mindful of who you’re addressing
Self-help Groups
Teaching how to manage self-talk and combating negative self-talk
Professional Development & Workplace Skills
*Ethics
*Boundary Issues and Dual Relationships
*Working effectively with professionals on an interdisciplinary team
Managing Crisis and Emergency Situations
Early Warning Signs of Illness’ Symptoms Worsening
*Crisis Prevention, Using Resources Early
*Crisis Interventions
*Understanding Suicide Prevention
*Challenging situations with veterans who are under the influence of substances, angry, in psychosis or non-verbal state.
Personal Safety Issues
Deliverable 5.1.1. Provide a written training plan that describes how each competency will be taught (didactic, multi-media presentation, role playing or other experiential form of learning), identifying which of the contractor’s teaching materials will be used with reference to page/section and the time spent on each competency.
Deliverable 5.1.2: Provide all teaching materials that will be used in the training plan for review, including training manuals, power point presentations, and audio-visual resources. Electronic versions of any of these materials may be sent via e-mail.
5.2 Task Two. The contractor will develop an examination that demonstrates mastery of the peer support competencies and skills that will be administered in two segments. A performance based segment that demonstrates mastery of the competencies and skills learned in the face-to-face training (those marked above with an asterisk under “Task One”) will be administered during the face-to-face training. A second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS. The competency that each test item covers is clearly identified on the provided test document or an accompanying document.
Deliverable 5.2.1. Copy of proposed test if one is already in use or a plan to develop such a test, which identifies the competencies each test item measures.
Deliverable 5.2.2. Copy of validity and reliability report of proposed/existing test.
5.3 Task Three The Contractor will present training curricula developed above to classes of peer support technicians or peer specialists at times agreed upon by both organizations. The classes will not have more than 20 members per training.
Deliverable 5.3.1: Schedule of training classes offered, at least two each month from August to December 2013.
5.4 Task Four: The contractor will administer and grade performance based competency assessments during the face-to-face training and a second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility.. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS.
Deliverable 5.4.1: Plan of certification testing schedule
5.5 Task Five: The Contractor will provide a response to VA staff inquiries about future VA peer specialist certification training within one working day of the inquiry, providing date, location and number of open slots for the next available training.
Deliverable 5.5.1: Two templates: One for verbal response for telephone inquiries and an e-mail template for written response to an e-mail inquiry.
Deliverable 5.5.2: Telephone/e-mail call and response logs
5.6 Task Six: The contractor will provide VA staff who request an application a written application form that contains information necessary to register them for the next training. All forms will be attachable to e-mail messages so that there is maximum flexibility for registering for classes.
Deliverable 5.6.1: A template of the application form.
5.7 Task Seven: The contractor will provide VA staff who apply for training with a written letter of acceptance with specific details of dates, lodging, location of training, and registration information that describes airport locations, ground transportation options to get to the site of training and suggested attire for the area.
Deliverable 5.7.1: A written template of acceptance letter with information for participant.

5.8 Task Eight. The contractor shall develop an individualized training report for each participant describing participant’s attendance, punctuality, level of participation, attitude towards learning, acquisition of competencies/skills, score on final competency test, evaluation survey completed by the student expressing satisfaction with the training and recommendations for continued learning to the participant with a copy to the Director of Peer Support Services in OMHS.
Deliverable 5.8.1. Proposed Template for the Individualized Written Training Report.
Deliverable 5.8.2. Proposed satisfaction survey template to be completed by each student who takes the training.
Deliverable 5.8.3. Individualized Written Training Report For Each Participant at the Completion of Training
5.9 Task Nine. The contractor shall develop an aggregated annual report summarizing
” data of number of student participation by facility
” total number of students
” percentage passing certification test
” content validity and reliability measure, reporting any test item that is answered incorrectly greater than 60 percent of the time by students taking the test the first administration of the test in 2nd quarter
” a plan to rewrite or a substitute replacement question for any test item failing to attain the validity and reliability measure, to be approved by the VHA Director of Peer Support Services
” percentage completing/dropping out of training
” reasons for discontinuance
” percentage of students reporting full satisfaction with the certification training
” Deliverable 5.9.1. Template for Proposed Annual Report Template
” Deliverable 5.9.2. Template of Report of Content validity and reliability measure for test items.
” Deliverable 5.9.3 Template of Plan to rewrite or substitute replacement questions for test items which do not meet content validity and reliability measure.
Deliverable 5.9.4. Annual Report
Deliverable 5.9.5 Evaluation instruments provided by VHA will be administered and completed by the contractor during training.
5.12 Schedule for Mandatory Deliverables.
5.12.1 Table of Base Period Mandatory Deliverables Due Dates
REFERENCE DELIVERABLE DUE DATE
5.1.1 Written Training Plan Before contract award
5.1.2 Copies of any training materials used to train for every competency. Before contract award
5.2.1
Copy of Written/Performance Based Exam Identifying which Competencies Each Test Item Covers Before contract award
5.2.2 Copy of Validity and Reliability Report of Proposed/Existing Test Before contract award
5.3.1 Schedule of Training Before contract award
5.4.1 Certification Testing Schedule Before contract award
5.5.1 2 Response Templates for Training Inquiries- one written and one telephone Before contract award
5.5.2 Call and e-mail response log
Copies of E-mail inquiries and responses to VA Staff As requested
5.6.1 A Template of Application Form Before contract award
5.7.1 A Written Acceptance Letter Template Before contract award
5.7.2 Acceptance letter to applicants Within 10 working days from date of receipt of application
5.8.1 Individualized Written Training Report Template Before contract award
5.8.2 Proposed Satisfaction Survey Template Before contract award
5.8.3 Individualized Written Training Report Within one work week following individual’s completion of training.
5.9.1 Annual Report Template Before contract award
5.9.2 Template of Content validity and reliability measure for test items.
Before contract award
5.9.3 Template of plan to rewrite or substitute replacement questions for test items which do not meet content validity and reliability measure.
Before contract award
5.9.4 Annual Report November 1. To cover Oct. 1 previous year-Sept. 30 of current year (Federal Fiscal Year)
5.9.5 VHA learning evaluation instruments will be administered by the contractor During training sessions.
6. Period of Performance. The period of performance shall be from date of award to December 1st. 2013. Training dates should avoid the following Federal holidays:
There is ten (10) Federal holidays set by law (U.S.C. Title 5 Section 6103):
Under current definitions, four are set by date:
New Year’s Day January 1
Independence Day July 4
Veteran’s Day November 11
Christmas Day December 25
If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday.
The other six are set by a day of the week and month:
Martin Luther King Day Third Monday in January
Washington’s Birthday Third Monday in February
Memorial Day Last Monday in May
Labor Day First Monday in September
Columbus Day Second Monday in October
Thanksgiving Fourth Thursday in November

7. Place of Performance. The Contractor shall identify a plan for specifying locations for the training according to the projected number of participants that VHA determines will need to be trained. The location may be varied regionally throughout the term of the contract, or provided at the approved Contractor’s facilities.
8. Key Personnel. Certain skilled experience professional and/or technical personnel are essential for accomplishing the work to be performed. These individuals are defined as “Key personnel” and are those persons whose resumes were submitted and marked by the vendor as “Key Personnel”. Substitutions shall only be accepted if in compliance with “Substitutions shall only be accepted if in compliance with “Substitution of Key Personnel” provision identified below.
Name Title

Certified Peer Specialist Trainer
Training Program Manager/Supervisor
The Contracting Officer may notify the Contractor and request immediate removal of any personnel assigned to the task order by the Contractor that are deemed to have a conflict of interest with the government or if the performance is deemed to be unsatisfactory. The reason for removal will be documented and replacement personnel shall be identified within three business days of the notification. Employment and staffing difficulties shall not be justification for failure to meet established schedules.
8.1 Substitution of Key Personnel. All Contractor requests for approval of substitutions hereunder shall be submitted in writing to the COR and the Contracting Officer at least thirty (30) calendar days in advance of the effective date, whenever possible, and shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, and any other information requested by the Contracting Officer necessary to approve or disapprove the proposed substitution. New personnel shall not commence work until all necessary security requirements, as defined in Section J, have been fulfilled and resumes provided and accepted. The COR and the Contracting Officer will evaluate such requests and promptly notify the Contractor of approval or disapproval in writing.
8.2 The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor’s management responsibilities shall include all activities necessary to ensure the Accomplishment of timely and effective support, performed in accordance with the Requirements contained in the statement of work.
8.3 Domain Knowledge. Contractors will be expected to present proof of their knowledge of peer specialist certification training. The peer specialist trainers should have a minimum of 3 years experience as a practicing peer specialist and 2 years experience in teaching peer specialist certification training courses. The Peer Specialist Training Program Manager should have a minimum of 3 years experience as a peer specialist trainer and two years experience as a peer specialist training program manager. Domain knowledge criteria are specified below:
Recovery Principles Overview of Psychosocial Rehabilitation
Components of Recovery
Stages of Recovery
Peer Support Role in PSR
Peer Support Principles Being a role model
Instilling hope
Being an Advocate
Principal Duties of Peer Support Staff
Cultural Competence Understanding how roles of ethnicity, race, spirituality, gender, sexual orientation, local community and other sub-cultures may influence recovery.
Communications Skills Effective Listening & Asking Questions Skills
Communication styles (pass/agg/assert.), and Verbal and Nonverbal communication
Conflict resolution skills
Group Facilitation Skills Basic Understanding of Group Dynamics and interactions
How to Use Support Groups
Addressing Stigma
Managing Internalized Stigma
Managing Environmental Stigma
Understanding Different Illnesses
Major Psychiatric Conditions in DSM IV
Addictive Disorders
Co-Occurring Disorders
Medications and side effects
Using recovery workbooks and other self help instruments
Recovery Tools Problem solving, using solution focused strategies
Telling your personal recovery story, being mindful of who you’re addressing
Self-help Groups
Teaching how to manage self-talk and combating negative self-talk
Professional Development & Workplace Skills Ethics
Boundary Issues and Dual Relationships
Working effectively with professionals on an interdisciplinary team
Managing Crisis and Emergency Situations
Early Warning Signs of Illness’ Symptoms Worsening
Crisis Prevention, Using Resources Early
Crisis Interventions
Understanding Suicide Prevention
Challenging situations with veterans who are under the influence of substances, angry, in psychosis or non-verbal state.
Personal Safety Issues
Contractor Personnel Requirements. Personnel proposed shall have an in depth knowledge of:
” Knowledge of all the domains listed above;
” Specific knowledge of Military and Veteran Cultures;
” Expert knowledge of Peer Support Specialist Skills and Competencies;
” Expert knowledge of Supervision and Management of Peer Support Certification Trainers.
9. Travel. The CBO anticipates approximately two trips for the contractor and trainers to attend meetings with OMHS Peer Support staff at VHA Central Office Headquarters building at 810 Vermont Avenue NW, Washington, DC 20420. One will occur soon after contract is awarded to discuss details and answer questions. The other will occur after the trainings have been completed and annual reports have been received. All travel is subject to COR written approval in advance. Travel shall be reimbursed in accordance with VA and Federal Travel Regulations. Travel expenses shall be invoiced in the subsequent month following the completion of travel in order to be reimbursed.
10. Type of Contract. A firm fixed price contract is anticipated for this requirement.
11. Changes to the SOW. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
12. Government and Contractor Responsibilities.
a. The CBO shall provide the contractor with copies of documents that the VA is required to provide.
b. The contractor shall request other VA documentation deemed pertinent to the work accomplishment directly from the COR. The contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work.
c. The contractor shall maintain frequent communications with the Program Office and the COR to conduct work in progress reviews. Progress reports shall be delivered electronically to the COR and Program Manager, with an electronic courtesy copy to the Contracting Office.
Table of QASP for Peer Support Certification Training Contract
Task/Deliverable Method of Surveillance Performance Indicator Standard Acceptable Quality Level
Training plan Direct observation Contains all required competencies Must include all competencies outlined in the PWS 100%
Draft Training Materials Direct Observation Curriculum contains lessons for each competency Must contain lessons for all competencies 90%
Final Training Materials Direct Observation Curriculum contains lessons for each competency; free of grammatical and spelling errors Must contain lessons for all competencies 100%
Call and E-Mail Response Logs Direct Observation Logs give dates, times of inquiries and when responded to, to requests for information about certification training. Must respond to inquiries within one working day of requests. 90%
Participant Satisfaction Survey Training is evaluated by peer technicians/specialists who take the training Level of Satisfaction indicated by survey No substantiated complaints found 90%
Individualized Training Reports Direct Observation Reports contain: participant’s
-attendance,
-punctuality,
-level of participation,
-attitude towards learning,
-acquisition of competencies/skills, -score on final competency test,
-evaluation statement completed by the student expressing satisfaction with the training and
-recommendations for continued learning Full report must be completed for each individual taking the certification training within one week of completion of the training. 100%
Annual Aggregated Training Report Direct Observation Report contains
-number of students participating by facility
-total number of students
- percentage passing certification test
-content validity and reliability measure, reporting any test item that is answered incorrectly greater than 60 percent of the time by first group of students taking the test
-a plan to rewrite or a substitute replacement question for any test item failing to attain the validity and reliability measure, to be approved by the VHA Director of Peer Support Services
-percentage completing/dropping out
-reasons for discontinuance
-percentage of students reporting full satisfaction with the certification training
Full report must be completed containing all of the elements and received by Director of Peer Support Services with a copy to the COR no later than November 1st to cover the previous fiscal year (Oct 1, previous year to September 30th, current year) 100%
VHA learning evaluation instruments will be administered by the contractor Direct Surveillance Each training event will have a VHA instrument to be used by contractor Each training event is evaluated 95% of attendees will complete evaluation instruments

URL: https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74113Q0190/listing.html
OutreachSystems Article Number: 130608/PROCURE/0095
Matching Key Words: writ*; copy; technical; standard; 


Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230

R–Project scheduling services for the Louisville District and Nationwide Reserve Program. W912QR-PROJECTSCHEDULERS 062113 Lauren Minzenberger, 502-315-6202 USACE District, Louisville A Market Survey is being conducted to determine if there are interested and qualified Large Business, Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors for the following proposed project: Provide professional scheduling services as needed for Military, Civil and Reserve Construction Contracts administered by the Louisville District. The Louisville District is comprised of a five state area to include Kentucky, Indiana, Ohio, Illinois and Michigan. In addition, the Louisville District manages the nationwide Reserve Program. Services shall include the review of the190px-United_States_Army_Corps_of_Engineers_logo.svg contractor’s preliminary construction schedule, review of contractor monthly construction schedule updates, monitoring of on-site construction activities as necessary for schedule evaluation, and schedule analysis associated with Contractor Claims. Contractor shall be proficient in current scheduling software. Scheduling services may be needed on a long term basis for a particular contract and require a scheduler be onsite full time or part time.

Contract duration is estimated to be five (5) years from the date of award consisting of a three (3) year base period plus a two (2) year option period. The estimated cost range is $5,000,000 over a period of five (5) years. NAICS is 541611. Size limitation is $14 M. All interested Large Business, Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors should notify this office in writing by mail on or before 21 June 2013 at 10:00am EST. Responses should include: (1) Identification as a Large Business or Small Business or verification of the company by the Small Business Administration, as either a certified HUBZone, certified 8(a), or Service Disabled Veteran Owned Business, (2) Documentation of the company’s relevant past scheduling experience AND resumes of scheduling personnel. (3) Demonstration that the contractor has the capacity to perform concurrent multiple task orders within the Louisville District and the nationwide Reserve Program, (4) Descriptions of projects substantially complete or completed within the last five years which are similar to this project in scope, (5) A statement of which portion of the work that will be self performed and how it will be accomplished. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Attn: Lauren Minzenberger, Louisville, KY 40202-2267 or lauren.o.minzenberger@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US URL: https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-PROJECTSCHEDULERS/listing.html
OutreachSystems Article Number: 130608/PROCURE/0413
Matching Key Words: age:state!ky; state!ky; 

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

R — Milk Market Audit Services AG-6395-S-13-0062 Larry D Nelson, Phone 612-336-3225, Email Larry.D.Nelson@aphis.usda.gov The USDA, Agricultural Marketing Service (AMS) intends to procure the services of independent certified public accounting firms to conduct the financial and compliance audits of the Offices of the Federal Milk Marketing Orders for the audit year 2012 as well as options for future years (2013 – 2016) for the milk market programs in Atlanta, GA, Kansas City, KS, Seattle, WA, Louisville, KY, Boston, MA, Cleveland, OH, Minneapolis, MN, and Dallas, TX, .
The USDA intends to award fixed price commercial contract(s) for this effort using FAR Part 12 and 13 procedures. The contract(s) will include a one-year base period with four one-year unilateral option periods for each location. Separate contract award decisions will be made for each location. Thus, contractors are not required to make an offer for each location as the Government may make multiple awards.

This will be a best value procurement. It is anticipated that the formal solicitation, Request for Proposal (RFP) AG-6395-S-13-0062, will be released on or about March 18, 2013 and posted on this FEDBIZOPPS website. Please download the RFP from this website.

This is being offered as a total small business set-aside. Thus, all responsible small businesses may submit an offer After release, one may download a copy of the solicitation at this site. NOTIFICATIONS WILL NOT BE SENT TO OFFERERS REGARDING THE ISSUANCE OF THE SOLICITATION NOR ANY OF ITS AMENDMENTS. IT IS THE OFFERER’S RESPONSIBILITY TO CHECK THIS WEB SITE. Any questions or inquiries must be mailed, e-mailed or faxed to the Contracting Office, to the attention of the point of contact listed in this notice. Point of contact: Larry Nelson, Contracting Officer, (612) 336-3225, FAX: (612) 336-3550, E-mail: Larry.D.Nelson@aphis.usda.gov

Set-Aside: Total Small Business Place of Performance: various locations US URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0062/listing.html
OutreachSystems Article Number: 130607/PROCURE/0075
Matching Key Words: state!ky; 


Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA). 2013-N-15239 051713 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstructiondept of health and human services and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”

The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

Performance Work Statement

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.
8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be available with this synopsis.

The complete solicitation document, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet sit

URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2013-N-15239/listing.html
OutreachSystems Article Number: 130607/PROCURE/0078
Matching Key Words: writ*; script?; technical; standard; 


Defense_Logistics_AgencyDepartment of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–Programs and Systems Support-Small Business (PASS-SB) W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; andTechnical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/a13dced78f883877e1efdaeb76be2a02
OutreachSystems Article Number: 130607/PROCURE/0729
Matching Key Words: writ*; technical; standard; 


Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070 Cochrans Mill Road Pittsburgh PA 15236-0070

R — Dose Reconstruction and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA). 2013-N-15239 070913 Diane J Meeder, Phone (412)386-4412, Email DMeeder@cdc.gov The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health (NIOSH) Cincinnati, OH has a requirement for a base year, plus four (4) option years, Cost Plus Award Fee, Performance Based contract for “Dose Reconstructiondept of health and human services and Related Activities for Energy Employees Occupational Illness Compensation Program Act (EEOICPA).”

The objective of this acquisition is to allow NIOSH, through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), performing dose reconstructions for claims referred by Department of Labor (DOL) and evaluating petitions for additions of classes to the Special Exposure Cohort (SEC). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

References.

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81(http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf),
42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf),
and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

DRAFT PERFORMANCE WORK STATEMENT

Performance Work Statement

The objective of this acquisition is to allow National Institute for Occupational Safety and Health (NIOSH), through its Division of Compensation Analysis and Support (DCAS), to fulfill its obligations under the Energy Employees Occupational Illness Compensation Act (EEOICPA), performing dose reconstructions for claims referred by DOL (Department of Labor) and evaluating petitions for additions of classes to the SEC (Special Exposure Cohort). More specifically, the objectives are to obtain assistance in performing the following activities:

• Identify data relevant to reconstructing radiation doses and evaluating SEC petitions
• Claimant Communications
• Dose estimation and reporting
• Prepare Special Exposure Cohort petition evaluations
 Technical and program management support

2. References.

Department of Health and Human Services (HHS), Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Radiation Dose Reconstruction website:http://www.cdc.gov/niosh/OCAS/ocasppg.html

The Energy Employees Occupational Illness Compensation Program Act of 2000 (EEOICPA or The Act), as Amended, established a compensation program for the civilian men and women who, over the past 50 years, have performed duties uniquely related to the nuclear weapons production and testing programs of the Department of Energy (DOE) and its predecessor agencies.http://www.cdc.gov/niosh/OCAS/pdfs/theact/eeoicpaall.pdf

The Act (42 U.S.C. 7384 et seq.) was originally passed on October 30, 2000, and became effective on July 31, 2001. The National Defense Authorization Act for Fiscal Year 2002 (Public Law 107-107; Section 3151(b)) and the Ronald W. Reagan National Defense Authorization Act for Fiscal Year 2005 (Public Law 108-375; Section 3161) made several amendments to The Act

Other references can be located on the Web such as 42 CFR 81 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr81/frcll020612.pdf), 42 CFR 82 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr82/42cfr82.pdf), and 42 CFR 83 (http://www.cdc.gov/niosh/OCAS/pdfs/42cfr83/42cfr83b.pdf).

3. Scope and Requirements:

The support services that the dose reconstruction contractor shall be expected to provide are listed below. It is expected that this level of support shall be required during the base year and during each option year. While the number of cases to be processed on an annual basis is subject to fluctuation, offerors shall prepare their proposals assuming that 3,320 dose reconstructions shall be required each year (64 per week for 52 weeks). Additionally, the contractor shall be required to review previously completed dose reconstruction reports to determine if changes made in methodology or new data affects the outcome of the case. These reviews do not require a fully documented dose reconstruction unless the claim’s compensability decision is likely to switch from non-compensable to compensable. It should be assumed that a weekly average of approximately 25 such evaluations need to be completed. It should be understood that this is not a guarantee of this level of effort, but a target value that will facilitate comparison of proposals. Offerors should assume that, for each year of the contract, 5 SEC petitions shall be filed, and claims shall be received from 5 sites with no claims previously submitted. Site research shall be required for those situations. Technical approaches and some calculational tools from sites that have been researched prior to this award will be made available to the successful offeror by NIOSH.

All documents that describe radiation exposures, radiological operations, radiological conditions, and other information useful to performing dose reconstruction, evaluating SEC petitions, or performing other functions of the project will be stored in the SRD (Site Research Database). The SRD contains documents that relate to U.S. DOE and AWE (Atomic Weapons Energy) sites. These documents can include, but are not limited to, general overview documents, publications for a site that describe a particular process or operation, or reports from a site addressing particular issues such as specific contaminants to which some workers might have been exposed. Project personnel populate and use the database to develop and write Technical Basis Documents (TBDs) and Technical Information Bulletins (TIBs), as well as to perform dose reconstructions.

Information relevant to individual claims will be stored in the NIOSH OCAS (Office of Compensation Analysis and Support) Claims Tracking System (NOCTS). NOCTS was developed to track the claims made under EEOICPA. The NOCTS application tracks claimant data and documents, and is thus a central repository for all information related to each claim. The web-based interface allows the application to be accessed by any computer equipped with Internet connection and browser software. The primary goal of NOCTS is to facilitate the processing of claims in an efficient and accurate manner. The application also provides an instrument for effective and timely communications with claimants during this process. Another goal is to establish and maintain interagency communications among all the parties involved in the claims process.

1.0 Identify data relevant to reconstructing radiation doses and evaluating SEC petitions

1.1 Data collection related to claims and petitions: The contractor shall collect all known sources of recorded dosimetry, radiation data, and relevant information applicable to completing dose reconstructions for individual claimants and evaluating SEC petitions from classes of employees. This task shall include the following:

1.1.1 NIOSH will request from DOE and provide to the contractor individual exposure information for claimants. In coordination with NIOSH and with the cooperation of DOE, the contractor shall request from DOE (as necessary) and other entities supplemental information applicable to individual claims or petitions to supplement any such information in the NIOSH claims database. The collection of this information shall be conducted under a Memorandum of Understanding that has been established between HHS and DOE (http://www.cdc.gov/niosh/OCAS/ocasdoe.html#mou or http://www.cdc.gov/niosh/OCAS/pdfs/misc/moudoe.pdf).

1.1.2 The contractor shall synthesize information related to dose reconstruction feasibility into Professional Judgment Papers and Petition Evaluation Reports, providing the basis for the feasibility or infeasibility of constructing radiation dose. Professional Judgment Papers evaluate the bases provided with the SEC petition to determine if they meet the criteria in 42 CFR 83 for a valid petition, i.e. to determine if the petition qualifies. Petition Evaluation Reports are prepared once petitions are qualified and they evaluate the existing information to determine if it is sufficient to perform dose reconstructions for the proposed class. Additional information about the SEC process and examples of Petition Evaluation Reports can be found at http://www.cdc.gov/niosh/ocas/ocassec.html.

1.1.3 The contractor shall maintain a local office in Cincinnati, Ohio to abstract, enter, or migrate necessary information from DOE and other records into the Site Research Database or NIOSH OCAS Claims Tracking System for use in dose reconstructions or other purposes.

1.1.4 The contractor shall monitor the completeness and timeliness of record/information acquisition from DOE and other sources, inform NIOSH, on a monthly basis, of delays, their causes, and involve NIOSH as necessary to obtain their timely resolution.

1.2 Dose reconstruction research: The contractor shall research the conditions, processes, practices, and incidents at DOE and AWE facilities relevant to conducting dose reconstructions. This task shall include the following:

1.2.1 The contractor shall review and analyze records from DOE and AWEs, which will be useful to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. Plans for site visits and the research to be performed during a site visit must be approved by NIOSH. It is likely that 50 site data capture visits may be required each year.

1.2.2 With the cooperation of DOE and assistance of worker representatives and others, the contractor shall identify and interview current and former DOE/AWE facility line managers, radiation protection personnel, individual workers, and others as appropriate, and analyze the results of these interviews to interpret recorded dosimetry information, to evaluate the adequacy and completeness of dosimetry information, and to substitute for unavailable or incomplete dosimetry information. The extent of these efforts shall be coordinated with and approved by NIOSH prior to initiation of contact with DOE or DOE contractor personnel.

1.2.3 As agreed upon between NIOSH and the contractor, the contractor shall develop statistical procedures and assumptions based on dose reconstruction research that can be applied in multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. These statistical procedures will include methods to estimate the uncertainty distributions surrounding internal and external dose reconstructions on a facility specific and time-dependent basis. NIOSH will review and approve such procedures and assumptions. Technical Information Bulletins ORAUT-OTIB-0019 Rev-01, “Analysis of Coworker Bioassay Data for Internal Dose Assignment, ” and ORAUT-OTIB–0020 Re-03, “Use of Coworker Dosimetry Date for External Dose Assignment,” describe these techniques ( http://www.cdc.gov/niosh/OCAS/tibsnum.html).

1.2.4 The contractor shall produce and submit to NIOSH reports summarizing methods, data sources, and findings of research on facilities on a schedule specified by NIOSH as the need for the report is identified.

1.2.5 The contractor shall research and analyze information pertaining to sites, claims, and dose reconstruction processes in response to questions and technical issues raised about the EEOICPA program by the Advisory Board on Radiation and Worker Health. Results of these efforts will be provided as scheduled by NIOSH.

2.0 Claimant communications

2.1 As directed under 42 CFR 82 and consistent with NIOSH technical guides and procedures, conduct, record, transmit to NIOSH, and report to claimants the results of computer assisted telephone interviews (CATIs) with claimants and, as appropriate, with co-workers and other potential witnesses. Three scripts that cover interviews with claimants who are covered employees, survivors, or co-workers have been prepared. They can be found under Attachments in Section J – J.6. Since these scripts have been reviewed and approved by the Office of Management and Budget (OMB) under the requirements of the Paperwork Reduction Act of 1995, any substantive changes shall require approval by OMB. NIOSH will provide a usable computerized version of these scripts. The contractor may, however, with review and approval from NIOSH, convert these scripts to a computer program that facilitates more efficient data storage and retrieval.

2.2 The contractor shall produce and provide for review by the claimant/interviewee reports of interviews, and enter final reports and their elements as a case file into the claims database no less frequently than weekly.

2.3 The contractor shall obtain and enter into the claimant interview case file and research database additional information as may be provided by the claimant in writing to supplement the claim record.

2.4 The contractor shall conduct close-out interviews with claimants once they have received their draft dose reconstruction reports in order to answer questions about the dose reconstruction and to explain the next steps in the claim process.

2.5 Although not part of the interview process, the contractor must provide a toll free telephone line to address claimants questions within 30 days of award. This shall be in addition to the claimant telephone support service that NIOSH is currently offering.

2.6 The contractor shall correspond with claimants informing them that their dose reconstruction has been scheduled once all the information necessary to perform the dose reconstruction has been received, but not before.

2.7 The contractor shall designate a point of contact within its organization who is responsible for resolving issues and answering questions from communications with claimants by either NIOSH or the contractor. This point of contact shall have the organizational authority necessary to resolve issues between sub-organizations within the contractor’s organization in order to provide resolutions and answers.

2.8 When the contractor receives information from a claimant that affects the normal progress of the claim (e.g., identifies an additional cancer not listed on the claim, provides information that affects the draft dose reconstruction, etc.) the contractor shall notify NIOSH’s Claimant Information and Communication Team of the reason for the interruption in claim progress. Information of this nature that is received by NIOSH will be communicated promptly to the contractor. In all cases the contractor shall communicate the resolution to the claimant.

2.9 Contractor shall provide CATI and close out interview for every claimant for whom a dose reconstruction is performed unless claimant declines to participate. Some claims have multiple claimants, so the number of claimants is larger than the number of dose reconstructions that must be completed. Contractor should plan to complete 1.5 CATIs and close out interviews per dose reconstruction, or 96 CATIs and close out interviews per week.

3.0 Dose estimation and reporting

3.1 As directed under 42 CFR Part 82 and consistent with NIOSH Implementation Guides for Internal and External Dose Reconstruction (located at http://www.cdc.gov/niosh/ocas/ocasdose.html#process), andTechnical Information Bulletins and procedures (http://www.cdc.gov/niosh/OCAS/ocastbds.html http://www.cdc.gov/niosh/OCAS/ocasppg.html ), the contractor shall produce and report timely dose estimates, supporting methodology, and factual basis for each claim received by NIOSH from DOL under EEOICPA and for claims requiring re-work because of changes in claim information or changes in dose reconstruction policy (estimated at 3320 dose reconstructions and re-works annually).

3.2 The contractor shall collect and analyze all available information relevant to dose estimation/reconstruction for each individual claim and produce and transmit to NIOSH a draft report providing dose estimates, methods, and the factual basis upon which the doses were estimated, including a narrative explanation of this information understandable by claimants with a high school education. An example dose reconstruction report will be included as an attachment under Section J – J.7.

3.2.1 Internal and external radiation dose estimates shall be calculated for each organ that the claimant presents with a primary cancer. The annual dose to each organ shall be calculated from the time of first exposure at a covered facility to the date of cancer diagnosis. As appropriate, a separate dose shall be computed for each type of radiation exposure received by the individual, using the exposure types provide for in the NIOSH-Interactive Radio Epidemiological Program (IREP) program. These doses shall be reported as equivalent dose using the weighting factors provided in the NIOSH technical guides. As part of NIOSH’s ongoing Quality Assurance (QA) program, the contractor may be provided blind test claims on a periodic basis.

3.2.2 Internal dose calculations shall be performed using standard metabolic models published by the International Commission on Radiological Protection (ICRP). These calculations shall be performed using a NIOSH supplied computer program entitled Integrated Module for Bioassay Analysis (IMBA) or other NIOSH approved programs. IMBA was specially created for NIOSH to perform internal dose calculations using the most recent physiologically based biokinetic models such as those contained in ICRP publications 56, 67, and 69. Inhalation intakes shall be evaluated using the respiratory tract model contained in ICRP publication 66. The contractor shall not have access to the source code. Any contractor developed software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions and NIOSH must have access to the program and source code. Any contractor purchased software used for calculating internal dose must be approved by NIOSH prior to its use in dose reconstructions.

Within 30 days of award, NIOSH will provide training on the IMBA software for key contractor personnel who are not familiar with the software. Within 30 days after receiving training from NIOSH, the contractor shall be responsible for providing and documenting training to members of its technical team who shall be involved in conducting dose reconstructions and are not already familiar with the software.

3.2.3 Estimates of missed dose, due to technical limitations in monitoring technology, shall be evaluated and included in the claimant’s dose reconstruction for both internal and external sources of exposure. In addition, any exposure to diagnostic x rays that were required as a condition of employment shall be estimated and included in the claimant’s total organ dose.

3.3 The contractor shall review with NIOSH and revise dose reconstructions, as necessary, subject to NIOSH oversight of the dose reconstruction program.

3.4 The contractor shall develop statistical procedures and assumptions that may have application for multiple dose reconstructions, including but not limited to dose reconstructions for employees in specific jobs, performing specific tasks, employed in specific facilities or sites, and related to specific time periods of employment. NIOSH will review and approve these procedures and assumptions before they are used to complete dose reconstructions.

4.0 Prepare Special Exposure Cohort petition evaluations

4.1 In accordance with 42 CFR 83 and procedure OCAS-PR-004 Rev. 1, “Internal Procedures for the Evaluation of Special Exposure Cohort Petitions,” (http://www.cdc.gov/niosh/ocas/secmisc.html orhttp://www.cdc.gov/niosh/ocas/pdfs/dr/dc-ig-005-r0.pdf) the contractor shall process and evaluate petitions received from individuals for the addition of classes to the SEC, and shall initiate the addition of classes when there is not adequate information to reconstruct radiation doses with sufficient accuracy.

4.2 The contractor shall process and evaluate petitions received from individuals for additions of classes to the SEC (the 83.13 process).

4.2.1 With the approval of NIOSH, the contractor shall communicate with the petition submitter as necessary in order to obtain the information required in 42 CFR 83 for a petition. Some petitions may be sufficient upon initial receipt, but NIOSH expects that every petition will require communication of this type to obtain information required by 42 CFR 83.

4.2.2 The contractor shall determine whether the information ultimately submitted with a petition meets the requirements in 42 CFR 83 and therefore qualifies for evaluation. Contractor shall document the basis for this determination in a professional judgment and submit it to NIOSH.

4.2.3 For petitions that qualify for evaluation, the contractor shall provide a list of the types of apparent data deficiencies that could potentially make dose reconstructions infeasible, along with the research efforts that the contractor shall pursue to remedy each apparent data deficiency, and shall submit the list to NIOSH for review and approval. The schedule for delivering the list will be established by NIOSH upon qualification of a petition, depending on the complexity of the petition.

4.2.4 The contractor shall research information relevant to the feasibility of the dose reconstruction for members of the class; reach determinations about the feasibility of reconstructing doses for members of the class and the potential that members of the class were harmed by their exposure; document those determinations in a petition evaluation report; and submit the petition evaluation report to NIOSH for review and approval. The petition evaluation report must be completed and approved by NIOSH within 180 days from the date the petition was originally submitted to NIOSH, not counting days when NIOSH and the contractor are awaiting additional information from the submitter in order to fulfill the petition qualification requirements of 42 CFR 83.

4.2.5 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health (“the Board”). NIOSH anticipates that every petition evaluation report will prompt questions from the Board. Such questions have required detailed follow-up analysis of complex issues such as monitoring program adequacy, technical performance of internal and external dosimetry systems, and characterization of the radiation fields present at sites being evaluated.

4.3 The contractor shall identify classes of workers for whom there is inadequate information to perform dose reconstruction with sufficient accuracy, and initiate adding those classes to the SEC (the 83.14 process).

4.3.1 The contractor shall identify potential classes for whom dose reconstruction is not feasible, and shall document the basis for that determination. Classes may comprise any portion of the employees at a covered facility and any portion of the duration of the covered period. The class definition and basis for finding it infeasible to reconstruct radiation doses shall be submitted to NIOSH for review and approval.

4.3.2 The contractor shall propose a representative claimant from each 83.14 class for NIOSH approval. Upon NIOSH approval of a representative claimant, contractor shall prepare communications to that claimant about the infeasibility of dose reconstruction and the 83.14 SEC process.

4.3.3 The contractor shall prepare a petition evaluation report that documents the basis for finding dose reconstruction infeasible for members of the class and submit the petition evaluation report to NIOSH for review and approval.

4.3.4 The contractor shall provide additional research and revision to petition evaluation reports to respond to questions raised by the Advisory Board on Radiation and Worker Health. NIOSH expects that every petition evaluation report will prompt questions from the Board.

5.0 Technical and program management support

5.1 Technical support: Provide information and analyses to NIOSH to review individual dose reconstructions, dose reconstruction procedures and practices, or SEC petition evaluations, or to respond to requests by DOL, the Advisory Board on Radiation and Worker Health, Congress, or other stakeholders, and to support NIOSH management in the dose reconstruction and SEC petition evaluation program. This task shall include the following:

5.1.1 The contractor shall prepare and provide analyses, information and reports to NIOSH in response to reviews of individual dose reconstructions requested by DOL in the adjudication of claims. NIOSH expects four of these requests per year.

5.1.2 The contractor shall prepare and provide analyses, information, and reports to NIOSH in response to reviews of dose reconstructions, dose reconstruction procedures, technical documents such as TechnicalInformation Bulletins or technical basis documents, or SEC petition evaluations under EEOICPA by the Advisory Board and other external organizations that may conduct scientific or technical reviews, such as the National Academy of Sciences and the Government Accountability Office. NIOSH expects that the Advisory Board will review and comment on 60 dose reconstruction reports, 8 technical basis documents, and 15 procedures and Technical Information Bulletins (combined) each year. Total requests from other bodies is expected to be four per year.

5.1.3 The contractor shall prepare and provide analyses, information, and reports to NIOSH in support of Congressional briefings and in response to Congressional inquiries. NIOSH expects to request contractor assistance for responding to one Congressional inquiry per week and six briefings per year. Inquiries address individual cases, while briefings address program status and site specific information for a single or few sites (e.g., those from a single state).

5.1.4 Within 30 days of award, the contractor shall establish practices for using the NIOSH OCAS Claims Tracking System (NOCTS). Any supplementary tracking system established by the contractor must be compatible with and provide current information to NOCTS to support reporting of dose reconstruction process status to claimants.

5.1.5 The contractor shall provide records to NIOSH such that NIOSH can comply with requests for records under the Freedom of Information Act and Privacy Act. NIOSH expects to request contractor assistance in approximately twelve such requests per year.

5.2 Program management support: The contractor shall provide comprehensive program management support to NIOSH. This task shall include the following:

5.2.1 Within 60 days of award, the contractor shall develop and implement a written project management plan and submit it to NIOSH for review and approval. The project management plan shall define the organizational structure, management approach, requirements, and tools for planning, implementing, and monitoring work practices which shall be used to complete radiation dose reconstructions and to evaluate submissions and petitions for the addition of classes to the SEC.

5.2.2 Within 90 days of award, the contractor shall develop, implement and maintain a written quality assurance program for the overall project. The quality assurance program documentation shall describe the organizational structure, functional responsibilities, levels of authority, and interfaces for those personnel managing, performing, and assessing the adequacy of work performed as part of this contract.

5.2.3 Within 90 days of award, the contractor shall develop and enact procedures for implementing “NIOSH Policy on the Appearance of Bias for the EEOICPA Program & General Conflict of Interest Requirements”, (http://www.cdc.gov/niosh/OCAS/ocascobs.html or http://www.cdc.gov/niosh/OCAS/pdfs/dr/aobplcy-v2.pdf). Copies of those procedures shall be provided to NIOSH at that time.

5.2.4 The contractor shall prepare and submit to NIOSH monthly performance reports and quarterly cost reports covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

5.2.5 The contractor shall participate in person or by teleconference in project status meetings with DCAS and other topical meetings convened by DCAS. Project status meetings shall be scheduled at mutually agreeable times but shall be no less frequent than bi-monthly.

5.2.6 The contractor shall conduct semiannual program reviews and provide the results of these reviews to NIOSH.

6.0 EEOICPA Performance Objectives

Performance objectives will be used to measure contractor performance for work performed under this contract in accordance with the PWS and the Performance Based Award Fee Plan found under attachments in Section J – J.8. The Performance Based Award Fee Plan may cover a specific period and may also be subject to revision as the performance needs under this contract change.

Performance Objective Performance Threshold Surveillance Method
Completion and Submission of Dose Reconstruction Reports Dose Reconstruction Reports that are accurate and complete so that they are approved by DCAS without the need for revision or without comment 95% of the time. 100% inspection
Submit First Draft of the text for consultation phone call, or DOL employment/survivor verification request for SEC process. Within 10 working days of receipt of Form B SEC submission, 90% of the time. 100% inspection
Schedule of initial consultation phone call for a Form B SEC submission Within 10 working days of receipt of approval by DCAS of the consultation phone call text, 90% of the time. 100% inspection
Submit draft professional judgment of SEC. Within 20 working day from the receipt of a SEC petition, 90% of the time. 100% inspection
Submit detailed evaluation plan in an SEC production Gantt chart. Within 10 working days of from the qualification of a petition, 90% of the time. 100% inspection
Submit high quality draft SEC petition evaluation report and completed evaluation issues matrix. In accordance with SEC petition Gantt chart, 90% of the time. 100% inspection

7.0 Reporting Schedule

Contractor shall provide monthly performance reports to NIOSH covering all tasks under this contract. The monthly performance report shall include but need not be limited to: the number of dose reconstruction reports submitted to NIOSH for approval; a list of the procedures, technical information bulletins, technical basis documents, or other documents submitted to NIOSH for approval; A list of SEC professional judgment papers and petition evaluation reports submitted to NIOSH for approval; any other products delivered; a status report of information gathering efforts (those completed, underway, and planned), to include document capture efforts, site visits, worker and site expert interviews; a description of issues that must be addressed in order to complete required activities; and a description of the work accomplished and work in progress under the contract.

Contractor shall provide either with the monthly invoice or within a week of submitting the invoice a Monthly Financial Report breaking out costs by budget category for each Work Breakdown Structure element (e.g., for each task) listing costs by reporting period and cumulatively for the contract.
8.0 Special Considerations

Much of the information obtained and generated during this project is protected by the Privacy Act. All personnel on the project with access to such information must receive Privacy Act training before being allowed access to such information. The Privacy Act training shall include the information described in attachments Section J – J.9.

All work and work assignments on the project must conform to NIOSH’s Conflict of Interest Policy.

On occasion the contractor’s work will influence, and will be influenced by, the work of other NIOSH contractors. This will be particularly true regarding the technical support contractor for the Advisory Board on Radiation and Worker Health (ABRWH). Interaction with other NIOSH contractors should occur in the presence of NIOSH unless NIOSH specifically authorizes the separate contact.

9.0 Government Furnished Property

The Government will furnish office furniture, computer servers, personal computers, and accessories, which are currently located at 4850 Smith Road, Suite 200, Cincinnati, Ohio. An inventory of the servers and summary of the personal computers that will be available is included under Attachments in Section J – J.11. However, the personal computers will be at or near their expected replacement time at the start of this contract, so the contractor should anticipate procuring replacement items during this contract.

This requirement is being solicited on an unrestricted basis as full and open competition.

The CDC expects a single award, Performance Based, Cost Plus Award Fee, with a base year plus four (4) option years.

No attachments will be available with this synopsis.

The complete solicitation document, and reference material, if applicable, will be available for downloading at http://www.fedbizops.gov on or about May 17, 2013 and proposals will be due on or about June 19, 2013 . No verbal or written requests for copies will be accepted.

***********RFP may be available on June 6, 2013 with proposals due on or about July 9, 2013 .************

It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBizOpps internet sit

URL: https://www.fbo.gov/spg/HHS/CDCP/CMBP/2013-N-15239/listing.html
OutreachSystems Article Number: 130607/PROCURE/0825
Matching Key Words: writ*; script?; technical; standard; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

peostri_org_banner_v0929201069–Virtual Medical Center, Virtual Training Evaluation System W900KK13R1TBD 060613 Leslie Dobson, 407/384-5433 PEO STRI Acquisition Center Update 6/6/13: Responses to the Questions and Answers for Virtual Medical Center Industry Day can found in Section II of the Sources Sought Notice.

Update 5/22/13: Location for Industry Day has been changed. Note: The deadline for submitting a Capabilities Statements has passed.

THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Description:

This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) virtual training evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 – Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP).

SECTION I – Sources Sought Notice

A. Requirement Information.

Veterans Health Administration Virtual Medical Center.
The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment.

VMC Virtual Environment Description.
The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools.

B. Critical Requirements.

The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations:

1. System must contain at least one fully-functioning virtual clinic.

a. Each virtual clinic shall be customized to address a specific health issue facing Veteran patients.

b. Each clinic shall include an entrance and information desk.

c. Each clinic shall include a collaboration space and education center for patients and providers.

d. Each clinic shall include an auditorium.

e. Each clinic shall include two patient examination rooms.

f. Each clinic shall include a patient conference room.

g. Each clinic shall include a provider conference room.

h. Each clinic shall include a provider lounge.

2. System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC.

3. System must support an intuitive Frequently Asked Questions (FAQs) feature.

4. System must provide a cyber library.

5. System must provide Video Tele Conference and Electronic-consult capabilities. E-consult must support secure communications.

6. System must be web-based, scalable, and initially support up to 1,000 simultaneous users.

7. System must be accessible to users through the My HealtheVet portal.

8. System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices.

9. System must be Section 508 Compliant.

C. Assumptions and Expectations.

1. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.

2. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government.

3. The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey.

4. If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below.

5. Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls, .doc or .ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts.

D. Sources Sought Attachments: N/A at this time

1. Map and Hotel Information (Will be furnished upon request/appointment)

2. Partnership Event Parking Pass (Will be furnished upon request/appointment)

E. Vendor Questionnaire

The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following:

1. Company Name

2. Company Address / Country Represented / Website

3. Company point of contact and phone number

4. Business Size (Small/Large & Number of Employees)

5. If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors.

6. NAICS Code / CAGE Code / DUNS Number

7. Commerciality of System

a. ( ) Our product as described above, has been sold, leased or licensed to the general public.

b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments.

c. ( ) Neither of the above applies. Explain.

8. Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement.

F. Response Parameters.

1. Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail:

2. Respondents will not be notified of the results of this survey or results of information submitted.

SECTION II. – Industry Day

Description:

The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013.

The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government’s requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating.

Industry Meeting Location:

3031 Technology Parkway, Orlando FL
Bldg: Partnership II (PII)
Room: 208
Date: 28 May 2013
Time: 8:00am – 5:00pm (EST)

Virtual Medical Center, Market Research, Industry Day
Questions & Answers

1) As an alternative to building the VA VMC from scratch, has PEO STRI considered utilizing the existing AFMMAST portal and offering a solicitation for a vendor to customize and tailor AFMMAST to meet specific VA SimLEARN requirements (i.e. quote mark Transfer System quote mark approach)? If this option has been considered, then would PEO STRI provide potential bidders with more specific requirements pertaining to the desired modifications prior to the release of any solicitation?

A: A Request for Proposal for this project has not been finalized. It is expected that requirements would focus more on end product than restricting how it is developed.

2) Does the VA envision that patient encounters will be exclusively confidential or will the patient have the ability to determine whether to maintain confidentiality or reveal his/her identity?

A: This has not yet been determined. It is expected that educational materials would be available on an anonymous basis.

3) Are the FAQs a quote mark static list quote mark or should the list be dynamically updated based on questions received through the VMC?

A: This has not yet been determined.

4) Does the VA have any indication related to the amount of content that will be available through the quote mark Cybrary quote mark (e.g. 1TB, 5TB, 25TB, etc.)? Also, does the VA intend to support multiple content formats including multimedia formats (e.g. video clips, audio recordings, documents & reports, external content, etc.)?

A: Library data size has not yet been determined. It is anticipated that multimedia formats would be supported.

5) As the VA specializes in conducting video-based remote patient consults, please clarify your definition of e-consults and how you intend to support VA eConsult requirements (e.g. Avatar-based, Video-based, etc.).

A: This has not yet been determined.

6) Will VA SimLEARN help us coordinate with OI&T to support this requirement to add the VMC link into MyHealtheVet? Also, will OI&T authorize access to the MyHealtheVet LDAP so that single sign-on (SSO) can be achieved between MyHealtheVet and the proposed VMC solution??

A: It is anticipated that SimLEARN would coordinate with awardee, VA OI&T, and MyHealtheVet office for resolution of this issue. Further research will be required regarding potential for SSO access.

7) Does the VA currently support accreditation for Android and iOS devices?

A: Access to the VMC will be through the MyHealtheVet portal.

8) What tool(s) does the VA use to validate/verify Section 508 compliance?

A: This is accomplished by the Employee Education System (EES) within VHA and VA Section 508 Office for VA wide assessments.

Virtual Medical Center, Market Research, Pre Industry Day
Questions & Answers

1) Which VISNs sellected for pilot programs?

A: The future deliverable does not directly apply to any one particular VISN. This requirement is quote mark Virtual quote mark .

2) FY 13 or FY 14 Funding?

A: N/A as outlined in the Rules of Engagement.

3) Funding?

A: N/A as outlined in the Rules of Engagement.

4) Does the Pilot need to be VA Certified according to their IA Policy?

A: The quote mark Pilot quote mark Program does not need to be VA/IA quote mark Certified quote mark . The I/A Requirement along with 508 and other certifications will be applicable to the Final, OPTION procurement.

5) Will the VA support the contractor as we navigate through this process or is tit assumed that the solution is already certified?

A: N/A at this time, further details are TBD/P.

6) How long (on average) does this process take?

A: N/A at this time, further details are TBD/P.

Virtual Medical Center, Market Research, Pre Industry Day
Questions & Answers

1) The solicitation references a quote mark Virtual Training Evaluation System quote mark however the description and the requirements do not reference any training or evaluation. Can you provide additional information related to the type of training and the level of evaluation that will be conducted?

A: We are looking for a commercially-available system that will be evaluated by the VHA for implementation across that organization.

2) In the section titled quote mark Requirement Information quote mark , the SSN mentions quote mark family members quote mark . What the age range of users in the system? Will there be any children under the age of 13?

A: Spouses or another caregiver may be granted access to the system on behalf of the Veteran. No family members are actually seen at the VA. Assume all users will be adults.

3) In the section titled quote mark Requirement Information quote mark , the SSN refers to a virtual environment that is quote mark accessible quote mark to users. How will users access the system? How will they be authenticated?

A: Users will access the virtual environment through MyHealthevet, which already has its own secure sign in system. Users should be able to access the system at a VA Medical Facility, Home, or other location via desktop, laptop, or mobile device (including smartphones).

4) In the section titled quote mark Requirements Information quote mark , the SSN refers to quote mark validated medical materials and resources quote mark . Who will be providing the content and who will be validating the materials? Will it be the responsibility of the government or the contractor?

A: Content will be provided via a separate effort. This effort would be for the virtual environment only.

5) In the section titled quote mark VMC Virtual Environment Description quote mark , the SSN indicates that the VMC will feature quote mark virtual clinics quote mark . Can you please specify how many clinics and provide a list of clinic names.

A: The exact clinics to be included in the delivery for evaluation are yet to be determined. For the purpose of demonstration, any type of clinic may be demonstrated, as long as it contains all the features identified in the Sources Sought Notice.

6) In the section titled quote mark VMC Virtual Environment Description quote mark , the SSN indicates that the VMC will provide quote mark services quote mark . For services that require a person behind the avatar (i.e., econsults, group appointments, webinars, training, pharmacist), who will be responsible for providing the labor resources? Will it be the responsibility of the government or the contractor?

A: No. Those services will be provided by VHA personnel or through another effort. This effort would be for the virtual environment only.

7) In the section titled quote mark Critical Requirements quote mark , the SSN indicates that system requirements must be quote mark demonstrated/addressed quote mark during the product vendor demonstrations. Please define quote mark addressed quote mark . Does the product need to meet all of these requirements in advance of the product demo or can certain requirements be addressed as part of a product roadmap?

A: Demonstration systems should meet as many of the critical requirements identified in the Sources Sought Notice as possible. If the demonstration system does not fully meet a given requirement that would need to be addressed vice demonstrated. Some requirements cannot be demonstrated at this time, such as the porting through MyHealthevet.

8) In the section titled quote mark Critical Requirements quote mark , the SSN mentions quote mark Video Teleconference quote mark . Is this peer to peer or would this be a group video teleconference?

A: Both one-to-one and group video teleconference and e-consult capabilities should be supported.

9) In the section titled quote mark Critical Requirements quote mark , the SSN mentions support for up to 1,000 simultaneous users. Is this in one area or can this be divided over multiple instances?

A: The evaluation system should be able to support 1,000 simultaneous users distributed among a number of sites.

10) In the section titled quote mark Critical Requirements quote mark , the SSN mentions the system must be accessible through the My HealtheVet portal. Will the VA provide access to the contractor who is currently managing the HealtheVet portal to support the integration? Define quote mark access quote mark with regards to this requirement. Is the desire to link from HealtheVet or to achieve a single-sign on integration leveraging metadata from the HealtheVet login? Can you provide additional information on this requirement?

A: The plan to address porting the virtual environment through MyHealthevet should be covered during the demonstration. This requirement will not need to be demonstrated at this time. The concept is that the Virtual Medical Center will be accessed from the MyHealthevet portal (a link) after the user has signed into MyHealthevet in a single, secure sign-on scheme.

11) In the section titled quote mark Critical Requirements quote mark , the SSN mentions quote mark popular operating systems quote mark and quote mark mobile devices quote mark . Can you provide any additional details to the specific operating systems and mobile platforms? Would this include some of the popular, but less mainstream, like Linux? Blackberry?

A: The evaluation system should be compatible with the most commonly-used operating systems.

12) In the section titled quote mark Critical Requirements quote mark , the SSN mentions quote mark Section 508 Compliant quote mark . Although it is not our intent to absolve ourselves from the requirement, there have been unresolved challenges in industry’s attempt to develop a game or virtual world that complies perfectly with the 508 guidelines. The standards were written with electronic documents and applications in mind making it difficult to achieve full compliance. Can you provide further guidance on accessibility? Would the customer support a waiver for those requirements that are not applicable to games and virtual worlds?

A: The customer would consider supporting a waiver of Section 508 requirements that are not applicable to games and virtual worlds if such waivers are allowed by their applicable directive(s). Any system would have to be validated as Section 508 compliant by the VHA prior to implementation.

13) In the section titled quote mark Response Parameters quote mark , the SSN indicates that the responses are due by noon on May 14th whereas the section titled quote mark Description quote mark states that questions are due NLT 4pm on May 14th. Will the government consider an extension of the RFI response until the government has an opportunity to respond to questions?

A: No extension is anticipated at this time.

14) In the section titled quote mark Description quote mark , the government recommends a submittal of questions/concerns. When and where will the answers to the questions be posted?

A: The answers to the questions will be posted as amendments/attachments to the original announcement.

15) In the section titled quote mark Description quote mark , the SSN indicates an industry day with product demonstrations scheduled on May 28th. Given the fact that no commercial system meets 100% of the existing critical requirements, would the government consider rescheduling the demonstrations for a later date to give industry time to customize their solutions to meet those needs?

A: Only currently existing systems meeting the majority of the critical requirements at this time will be invited to demonstrate. This is only Market Research; no award will be made from these demonstrations. The Industry Day will not be re-scheduled to support additional development time.

IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Partnership II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached).

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.

Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 US URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R1TBD/listing.html
OutreachSystems Article Number: 130607/PROCURE/0942
Matching Key Words: video*; produc*; train*; conference?; you; website; web; site?; page?; education*; business*; event?; distribut*; commercial?; 

FedBizOpps – Special Notes

Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11555 Rockville Pike Rockville MD 20852-2738

99 — Small Business Event - NRC Small Business Seminar and Matchmaking Event NRCSB2013 062013 Tira Patterson, Sr. Small Business Specialist, Phone 301-415-7808, Email Tira.Patterson@nrc.gov U.S. Nuclear Regulatory Commission
2nd Annual NRC Small Business Seminar and Matchmaking Event

What: The U.S. Nuclear Regulatory Commission (NRC) in conjunction with the Montgomery County Chamber of Commerce will be hosting the 2nd Annual Small Business600px-US-NuclearRegulatoryCommission-Seal Seminar and Matchmaking Event, which is an opportunity for small businesses learn about the agency and its contracting needs, and provides an opportunity to meet face-to-face with end-users to discuss potential contracting opportunities.
In Fiscal Year 2012, the NRC procured more than $230 million in products and services. Acquisitions ranged from basic office supplies and administrative support services to construction and engineering, to management and inspection, to research and development all in support of agency mission goals and objectives. The NRC awarded more than 33 percent of those contract dollars to small businesses; 16.4 percent to Small Disadvantaged Businesses; 6.9 percent to Women-Owned Small Businesses; 4 percent to HUBZone concerns; 7.6 percent to Veteran-Owned Small Businesses; and more than 3.7 percent to Service-Disabled Veteran-Owned Small Businesses.
When: Thursday, June 20, 2013
7:30am – 12:00pm (check-in between 7:30 a.m. – 8:30 a.m.)
Cost: Free, maximum 2 people per business

Registration is available online at: http://www.montgomerycountychamber.com/events/2012/08/24/nuclear-regulatory-commission-nrc-site-agency-visit?utm_source-USNRC+Small+Business+Seminar+and+Matchmaking+Event&utm_campaign-NRC+Seminar+and+Matchmaking+8-23-2012+v1&utm_medium-email
Live Webcasting of the event is available at: http://video.nrc.gov/#upcomingwebcasts

URL: https://www.fbo.gov/spg/NRC/OA/DCPM/NRCSB2013/listing.html
OutreachSystems Article Number: 130608/SPECIAL/0867
Matching Key Words: video*; produc*; seminar?; site?; business*; event?; 

FedBizOpps – Awards

600px-US-DeptOfAgriculture-Seal2.svgDepartment of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor Minneapolis MN 55403

R — Milk Market Audit Services AG-6395-S-13-0062 Larry D Nelson, Phone 612-336-3225, Email Larry.D.Nelson@aphis.usda.gov AG-6395-C-13-0095ANDAG-6395-C-13-0096ANDAG-6395-C-13-0097 $SEE TEXT BELOW FOR MULTIPLE AWARD INFORMATION 060613 SEE BELOW SEE BELOW, SEE BELOW, SEE BELOW US Three awards were made from this solicitation as follows:

Contractor:  Ollie Green & Company
1300 South 4th Street
Suite 100
Louisville, KY 40208
Contract AG-6395-C-13-0095 for the following locations/amounts:
Kansas City:  $58,750
Cleveland:  $58,780

Contractor:  McBride, Lock and Associates
1111 Main Street, Suite 900
Kansas City, MO 64105
Contract AG-6395-C-13-0096 for the following locations/amounts:
Seattle:  $69,000
Atlanta:  $68,600

Contractor:  Tichenor & Associates
304 Middletown Park Place
Suite C
Louisville, KY 40243
Contract AG-6395-C-13-0097 for the following locations/amounts:
Louisville:  $53,250
Dallas:  $65,500
Minneapolis: $60,500
Boston:  $62,750
URL: https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0062/listing.html
OutreachSystems Article Number: 130607/AWARDS/0997
Matching Key Words: state!ky; 

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 SOL FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 Kentucky Educational Television Request for Proposals(RFP) Published On : 6/10/13 Amended On : Closing On : 6/17/13 4:30 PM EDT Time Left: 6 Days, 05:06:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130612/BID/0003
Matching Key Words: age:state!ky; state!ky;

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – MASTER AVIATION INSURANCE (KSP, KYTC, AND NATURAL RESOURCES) RFB SOL MASTER AVIATION INSURANCE (KSP, KYTC, AND NATURAL RESOURCES) RFB : 1300001050 Office Of The Controller Request for Bids(RFB) Published On : 6/7/13 Amended On : Closing On : 7/31/13 1:30 PM EDT Time Left: 51 Days, 02:19:53 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/BID/0005
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Surveying assistants for LTC RFP : 1300000372 Office Of SOL Surveying assistants for LTC RFP : 1300000372 Office Of Inspector General Pro Services Request for Proposals(RFP) Published On : 6/7/13 Amended On : Closing On : 6/25/13 3:30 AM EDT Time Left: 14 Days, 16:19:08 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Pharmacy Consulting Services SOL UK-1267-14 Pharmacy Consulting Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/BID/0337
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

99 – Price Contract for Impedance Threshold Devices SOL IFB-3072-0-2013/MBB Price Contract for Impedance Threshold Devices For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130610/BID/0002
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Student Loan Management & Billing Service Questions & Answers SOL UK-1261-13 Student Loan Management & Billing ServiceQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/BID/0180
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Student Loan Management & Billing Service Questions & Answers SOL UK-1261-13 Student Loan Management & Billing ServiceQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/BID/0181
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Student Loan Management & Billing ServiceQuestions & Answers SOL UK-1261-13 Student Loan Management & Billing ServiceQuestions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/BID/0182
Matching Key Words: age:state!ky; state!ky; 

California – State of California https://www.bidsync.com/DPX?by=key&ac=powersearch&posting=1&p=&changeregion=&changeorg=&srchHeld=&srchoid_override=&headoid=&sort=end&srchid=&clearsearch=&search=&title=td®ion=%2Fca&srchoid=307818&dist=&zip=&cat=&cat_1=-1&cat_2=-1&cat_5=-1&bidlync_filter=-1&pastbids= 707 3rd Street, Second Floor, West Sacramento, CA 95605. Phone: 800-559-5529.

U – Bid #13112205 - Video Based Law Enforcement Training Program Pro SOL Bid #13112205 - Video Based Law Enforcement Training Program Production and Distribution rfp For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130608/BID/0292
Matching Key Words: video*; produc*; train*; production?; distribut*; 


California – San Ramon Valley Fire Protection District http://www.publicpurchase.com/gems/srvfire,ca/buyer/public/home 1500 Bollinger Canyon Road, San Ramon CA 94583. Ph: (925) 838-6600. This bid has been provided by Public Purchase. For more information, please visit the Public Purchase web site.

U – Request for Quotation – Residential Care Facility Evacuation Tra SOL 201 Request for Quotation – Residential Care Facility Evacuation Training Video For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130608/BID/0305
Matching Key Words: video*; train*; 


Colorado – State Purchasing Office https://www.bidscolorado.com/co/portal.nsf/xpPAViewSolOpenbyDate.xsp State Purchasing Office 633 17th Street, Suite 1520 Denver CO 80202-3609 Ph: (303) 866-6100 Fax: (303) 894-7445

R – Advertising/Marketing/Public Relations Services SOL D610013 Video Production Group For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130608/BID/0364
Matching Key Words: video*; produc*; production?; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFP – KHBE kynector Program RFP : 1300000357 Office of SOL RFP – KHBE kynector Program RFP : 1300000357 Office of the Kentucky Health Benefit Exchange Pro Services Request for Proposals(RFP) Published On : 6/5/13 Amended On : Closing On : 7/3/13 3:30 PM EDT Time Left: 27 Days, 04:10:06 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/0004
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Price Contract for Landfill Disposal and Material Recovery Servi SOL RFP-3069-0-2013/MBB Price Contract for Landfill Disposal and Material Recovery Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/0383
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2Plans Av SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/0384
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – KY CIGARETTE TAX STAMPS RFB : 1300001058 Office Of The SOL KY CIGARETTE TAX STAMPS RFB : 1300001058 Office Of The Controller Richard Mize Request for Bids(RFB) Published On : 6/6/13 Amended On : Closing On : 6/20/13 1:30 PM EDT Time Left: 13 Days, 02:14:14 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/BID/1077
Matching Key Words: age:state!ky; state!ky; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — On-Site Information Management Services SOL SOL-CI-13-00022 Description United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office. The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services 2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services 3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013. This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods. Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a size standard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov. Overview Reference number: SOL-CI-13-00022 Issue date: 06/10/2013 Response due: 07/09/2013 04:30 PM LT Set Aside: Competitive 8(a) NAICS: 541614-Process, Physical Distribution and Logistics Consulting Services PSC / FSC: R421-TECHNICAL ASSISTANCE Agency: EPA Contracting office: CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati, OH 45268 Place of Performance: ORD/OSIM-CIN US Environmental Protection Agency ORD Office of Scientific Info Mgmt 26 West Martin Luther King Dr. Mail Code: W136A Cincinnati, OH 45268 Contact: Michael Kreacic Phone: Fax: Email: Kreacic.Michael@epa.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130611/SMALL/5894
Matching Key Words: writ*; technical; standard; 

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — Management Sciences for Health (MSH) is a nonprofit internationa SOL WRITELTA-NOTICE Management Sciences for Health (MSH) is a nonprofit international health organization working in 41 countries around the world. We often require the services of competent writers for both proposals and communications materials. Proposal Writer‘s must be able to work with the core proposal team to present a seamless, well-constructed proposal that addresses the specifications of the RFP/RFA and adheres to the proposal calendar for on-time submission. The proposal writer works closely with Technical Experts to capture their perspectives and make sure these perspectives are reflected in the proposal, and with the Proposal Coordinator to incorporate other proposal elements. Communications writers are needed to help produce various publications, including reports, books, brochures, etc. Candidates must be able to write (from scratch), compile (one document from multiple sources), and/or revise materials varying from technical reports to communication materials. Writers are expected to correct mechanical (spelling, grammar, punctuation) errors as they work, but their primary focus should be writing or substantive editing, not copyediting. Within the next 60 days we will be releasing an RFP in order to put long-term agreements in place with qualified writers in who can provide either proposal writing or communications writing services. Individuals and organizations interested in receiving this RFP should contact gdurnford@msh.org. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130609/SMALL/4332
Matching Key Words: writ*; technical; 

FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

76 — Innovation in Archives and Documentary Editing SOL INNOVATION-201310 The National Historical Publications and Records Commission seeks projects that are exploring innovative methods to improve the preservation, public discovery, or use of historical records. Projects may also focus on techniques and tools that will improve the professional performance and effectiveness of those who work with such records, such as archivists, documentary editors, and records managers. Projects must anticipate results that will affect more than a single institution or a single state. Projects may focus on methods of working with records in any format, including born-digital records. Projects designed to publish historical records must focus on innovative methods of presenting archival records as primary sources. The Commission does not fund projects focused on artifacts or books. For a comprehensive list of the Commission’s limitations on funding, please see What we do and do not fund (http://www.archives.gov/nhprc/apply/eligibility.html). Applications that consist entirely of ineligible activities will not be considered. A grant normally is for one to three years. The Commission expects to make up to six grants of between $50,000 and $150,000. The total amount allocated for this program is up to $500,000. The Commission requires that grant recipients acknowledge NHPRC grant assistance in all publications and other products that result from its support. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130607/SMALL/1922
Matching Key Words: documentary*; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

 

Department of the ArmyARMY

The Boeing Co., Ridley Park, Penn., was awarded a firm-fixed-price, multi-year contract with a maximum base value of $3,414,000,002 for the production of remanufactured and new-build CH-47F cargo helicopters.  A portion of this contract is in support of foreign military sales for Turkey and United Arab Emirates. The total of the contract if all options are exercised will be $4,983,900,022.  The estimated completion date is Dec. 31, 2020.  A combination of fiscal 2011, fiscal 2012 and fiscal 2013 Procurement funds in the amount of $1,316,639,035 are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0002).

Rosoboronexport, Russia was awarded a $572,180,894 firm-fixed-price contract modification for 30 Mi-17 helicopters, spare parts, test equipment and engineering support services. The Mi-17 military helicopters will be used by the Afghan National Security Forces Special Mission Wing, an aviation unit that supports counter-terrorism, counter-narcotics and special operations missions. Work will be performed in Russia and is expected to be complete by Dec. 31, 2014.  This contract involves foreign military sales.  FY12 funds in the amount of $572,180,894 are being obligated at time of award.  Army contracting command Redstone Arsenal, Huntsville, Ala. is the contracting activity (W58RGZ11-C-0072/P0006).

DEFENSE LOGISTICS AGENCY

Virtual Imaging Inc., Deerfield, Fla.,has been awarded a maximum $111,087,410 (P00026) modification exercising the fourth option year of a one year base contractDefense_Logistics_Agency (SPM2D1-09-D-8343) with eight one-year option periods and covers radiology systems, subsystems, and components.  The contract is a fixed-price with economic-price-adjustment contract.  Location of performance is Florida with a June 23, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Missile Systems, Tucson, Ariz. has been awarded a $52,481,230 firm-fixed-price contract to procure Maverick air-to-ground missile 65 and Training Guided Missile 65 variants D,G, K and K2 and missile maintenance trainer (MMT) to support foreign military sales.  Work will be performed in Tucson, Ariz., and is expected to be completed by Nov. 30, 2015.  The Air Force Life Cycle Management Center/EBHK, Hill Air Force Base, Utah, is the contracting activity (FA8213-13-C-0032).

Cubic Applications, Inc., San Diego, Calif., has been awarded a $6,619,241 cost-plus-fixed-fee contract to conduct research for technology integration under U.S. Pacific Command‘s (PACOM)’s Joint innovation and experimentation initiatives, develop and evaluate various operational aspects including tactics, techniques, and procedures; participation in joint tests and evaluations; and concept evelopment..  Work will be performed at San Diego, Calif., and USPACOM headquarters, Hickam Air Force Base, Hawaii, and is expected to be completed by June 16, 2015.  Fiscal 2012 Research and Development in the amount of $522,985 are being obligated at the time of award.  The Air Force Research Laboratory/RQKHA, Wright-Patterson, Air Force Base, Ohio, is the contracting activity (FA8650-13-C-6398).

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Va., is being awarded a $22,527,198 modification to previously awarded contract (N00024-10-C-2204) to exercise an600px-US-DeptOfNavy-Seal.svg option for services and material for USS Arlington (LPD 24) post-shakedown availability.  Specific efforts include: program management, planning, engineering, design, liaison, scheduling, labor and procurement of incidental material in support of fitting out availability and post-shakedown availability.  Work will be performed in Norfolk, Va., (90.53 percent), and Chesapeake, Va., (9.47 percent), and is expected to be completed by April 2014.  Fiscal 2012 Shipbuilding and Conversion, Navy funding in the amount of $1,405,133 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $9,931,106 modification to previously awarded contract (N00024-03-C-5115) for DDG Modernization testing efforts associated with the Aegis Combat System and MK 59 Decoy Launcher System shipcheck studies onboard DDG 62.  Work will be performed in San Diego, Calif. (40 percent), Norfolk, Va. (38 percent), Moorestown, N.J. (8 percent), Washington, D.C. (7 percent), Port Hueneme, Calif. (3 percent), Bath, Maine (2 percent), Pascagoula, Miss. (2 percent), and is expected to be completed by September 2013.  Funding in the amount of $9,931,106 will be obligated at time of award.  Fiscal 2013 Operations and Maintenance, Navyand fiscal 2013 Research, Development, Test and Evaluation funds in the amount of $9,917,702 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

720px-US-DefenseInformationSystemsAgency-Logo.svgDEFENSE INFORMATION SYSTEMS AGENCY

Microsoft Corporation Sitz, Redmond, Wash., is being awarded an indefinite delivery/indefinite quantity contract with a total cumulative face value of $412,240,000. The minimum guarantee is $5,000, for Microsoft Enterprise Technical Support Services (METSS) necessary to obtain highly trained “Microsoft Blue Badge Cardholder-support”.  These services require access rights to Microsoft’s proprietary (closed-source) code, which is licensed under exclusive legal right of Microsoft.  The core requirements are for the contractor to provide Microsoft Consulting Services that include software developers and product teams to leverage a variety of proprietary resources and source code, and Microsoft Premier Support services such as tools and knowledge bases, problem resolution assistance from product developers, and access to Microsoft source code when applicable to support Department of Defense’s mission. The period of performance is a one-year base period and four one-year option periods for a total period of five years.  Performance will predominantly be within the continental United States; however, support services may also be required at multiple overseas locations.  The original solicitation was issued as an other than full and open competitive action, one proposal was received.  The Defense Information Technology Contracting organization, Scott AFB, Ill., is the contracting activity (HC1028-13-D-0023).

NAVY

CH2M Hill Constructors, Englewood, Colo. (N62470-13-D-6019), Environmental Chemical Corp., Burlingame, Calif. (N62470-13-D-6020); Kellogg Brown and Root600px-US-DeptOfNavy-Seal.svg Services Inc., Arlington, Va. (N62470-13-D-6021) and URS Group Inc., Morrisville, N.C. (N62470-13-D-6022), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award contract with provisions to issue cost-plus-award-fee or firm-fixed-price task orders for global contingency construction projects worldwide.  The maximum dollar value including the base period and four option years for all four contracts combined is $800,000,000.  Approximately 60 percent capacity would be used for natural disasters and 40 percent would be used for miscellaneous work both inside and outside of the continental United States.  The work to be performed provides the Navy, on behalf of Department of Defense, and on behalf of other federal agencies when authorized, an immediate response for construction services.  The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics.  Work will be predominately construction.  The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts.  The term of the contract is not to exceed 60 months, with an expected completion date of June 2018.  Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $100,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The contracts were competitively procured via the Navy Electronic Commerce Online website with 13 proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

Walsh Federal LLC, Chicago, Ill., is being awarded a $38,743,915 firm-fixed-price contract for construction of the replacement medical clinic at Shaw Air Force Base.  The proposed new construction will consist of a medical clinic featuring stepped up three-level configuration with two, two-story structures connected with three-story circulation corridors around an interior courtyard, an ambulance shelter and a telecommunication enclosure.  Work will be performed in Sumter, S.C., and is expected to be completed by December 2016.  Fiscal 2013 Military Construction, Defense-Wide contract funds in the amount of $38,743,915 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-C-1756).

Chesapeake Technology International Corp.*, California, Md., is being awarded a $9,849,647 indefinite-delivery/indefinite-quantity Small Business Innovation Research (SBIR) Phase III contract under Topic N101-019, entitled “Algorithms for Dynamic 4D (3D space with time) Volumetric Calculations and Analysis.”  The objective of this SBIR effort is to develop innovative software capabilities that can correctly and efficiently calculate the optimal flight path given the terrain data, aircraft position, flight characteristics, and positions of known threat emitters.  This effort is in support of EA-6B Improved Capability III and EA-18G training and simulation products.  Work will be performed in California, Md. (50 percent); Cherry Point, N.C. (20 percent);Whidbey Island, Wash. (10 percent); Point Mugu, Calif. (10 percent); and Denver, Colo. (10 Percent), and is expected to be completed in July 2018.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $408,992 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-5(a)(2)(i).  The Naval Air Warfare Center Weapons Division, China Lake, Calif., is the contracting activity (N68936-13-D-0006).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Missile Systems, Tucson, Ariz., has been awarded a $534,795,962 firm-fixed-price contract for AMRAAM Production Lot 27.  Work will be performed at Tucson, Ariz., and is expected to be completed by Jan. 31, 2016.  Fifty one percent of the production effort is Foreign Military Sales (AIM-120 C7s for Oman and Saudi Arabia).  This award is the result of a sole source acquisition.  Air Force Life Cycle Management Center/EBA, Eglin Air Force Base, Fla., is the contracting activity (FA8675-13-C-0003).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded a $9,899,914 delivery order (#0030) against a previously issued basic ordering agreement (FA8682-11-D-0155) for JASSM Common Unique Planning Component software.  Work will be performed at Orlando, Fla., and is expected to be completed by June 25, 2015.  Foreign Military Sales contract funds in the amount of $9,899,914 are being obligated at time of award for Finland and Australia.  Air Force Life Cycle Management Center/EBJK, Eglin Air Force Base, Fla., is the contracting activity.

DEFENSE LOGISTICS AGENCY

MinXray Inc.*, Northbrook, Ill., has been awarded a maximum $103,079,866 modification (P00011) exercising the fourth option year of a one year base contract (SPM2D1-09-D-8335) with seven one-year option periods and covers radiology systems, subsystems, and components.  The contract is a fixed-price with an economic-price-adjustment contract.  Location of performance is Illinois, with a June 16, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

US Foods Inc., Lexington, S.C., has been awarded a maximum $40,500,000 fixed-price-with an economic-price-adjustment, bridge contract.  This contract is for prime vendor food and beverage support.  Location of performance is South Carolina with a Feb. 15, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-3663).

VWR International LLC, Radnor, Pa., has been awarded a maximum $8,970,890 modification (P00006) exercising the second year on a one-year base contract (SPM2DE-11-D-7343) with four one-year option periods for distribution of medical laboratory supplies and equipment.  The contract is a fixed-price with an economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Locations of performance are Pennsylvania and New Jersey, with a June 26, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

ARMY

Dominion Dynamics Consulting LLC, Yorktown, Va., was awarded a firm-fixed-price contract with a maximum value of $100,000,000 contract to procure generalDepartment of the Army administrative support services for the National Guard nationwide.  Performance location and type of appropriation will be determined with each order. The bid was solicited through the Internet, with 27 bids received.  The National Guard Bureau, Lansing, Mich., is the contracting activity (W912JB-13-D-4003)

MACNAK-Korte Team LLC, Lakewood, Wash., was awarded a firm-fixed-price contract with a maximum value of $16,649,361 for the construction of an Army Reserve Center in Sloan, Nev.  Fiscal 2013 military construction funds are being obligated on this award.  The bid was solicited through the Internet, with seven bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0014).

General Dynamics Armament and Technical Products, Williston, Vt., was awarded a $14,361,120 modification (P00004), to a previously awarded firm-fixed-price contract (W56HZV-13-C-0027), to procure M2A1 .50 caliber machine gun quick change barrel kits.  Work will be performed in Saco, Maine.  The cumulative total face value of this contract is $56,984,460.  A combination of fiscal 2011, fiscal 2012 and fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Warren, Mich., is the contracting activity.

Weeks Marine Inc., Covington, La., was awarded a firm-fixed-price contract with a maximum value of $10,058,150 for dredging services at East Rockaway to Rockaway Inlet and Jamaica Bay.  Work will be performed in New York, N.Y.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0031).

Evergreen Helicopters, McMinnville, Ore., was awarded a $10,187,915 modification (No. P00004), to a previously awarded firm-fixed-price contract (W912CN-12-D-0002), to procure services in support of air medical evacuation and training for the Army Garrison Hawaii property and operations areas on Hawaii.  Specific work location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with four bids received.  The Army Contracting Command, Fort Shafter, Hawaii, is the contracting activity.

Vista Technical Services LLC, Anchorage, Alaska, was awarded a firm-fixed-price contract with a maximum value of $9,900,000 for environmental support services within the Army Corps of Engineers’ South-Pacific Division and South-Western Division area of responsibility.  Specific work location and type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W91238-13-D-0008).

720px-US-TRICARE-Logo.svgTRICARE MANAGEMENT ACTIVITY

Deloitte Consulting LLP, McLean, Va., is being awarded a $6,614,408 cost-plus-fixed-fee contract to provide support to the Clinical Informatics Review Division (CIRD) of the DoD/Veterans Affairs (VA) Interagency Program Office (IPO).  The contract includes an eight month base period and four one-year option periods plus a three month transition-out period.  The contractor will provide strategic health information professional and clinical services for the DoD/VA IPO.  The contractor will provide facilitation, program management, and subject matter experts using best business and industry practices in order to strengthen and improve IPO’s ability to deliver quality health information management/health information systems solutions for clinicians and other health care providers.  This contract was competitively procured with four initial offers received.  The TRICARE Management Activity, Aurora, Colo., is the contracting activity (HT0012-13-F-0005).

NAVY

Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a $4,894,124,381 modification to definitize the previously awarded V-22 Lot 17 undefinitized600px-US-DeptOfNavy-Seal.svg contract action/Lot 18 advance acquisition contract to a fixed-price-incentive-fee, multiyear contract (N00019-12-C-2001).  In addition, this modification provides for the manufacture and delivery of 92 MV-22 tiltrotor aircraft for the Marine Corps and 7 CV-22 tiltrotor aircraft for the Air Force.  Work will be performed in Fort Worth, Texas, (23 percent); Ridley Park, Pa., (18 percent); Amarillo, Texas (10 percent); Dallas, Texas (4 percent); East Aurora, N.Y. (3 percent); Park City, Utah (2 percent); El Segundo, Calif. (1 percent); Endicott, N.Y. (1 percent); Tempe, Ariz. (1 percent); and other locations (37 percent), and is expected to be completed in September 2019.  Fiscal 2013 Aircraft Procurement, Navy, fiscal 2013 Aircraft Procurement, Air Force, and fiscal 2013 Special Operations Command funding in the amount of $326,698,647 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Global Infotek Inc.*, Reston, Va. (N65236-13-D-5836); Grove Resource Solutions Inc.*, Frederick, Md. (N65236-13-D-5837); MANDEX Inc.*, Fairfax, Va. (N65236-13-D-5838); and Vickers & Nolan Enterprises*, Stafford, Va. (N65236-13-D-5839), are each being awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for fixed-price-incentive (firm target) and firm-fixed-price task orders, performance-based multiple award contract.  The contracts are for the procurement of battle-space awareness services including the integration and test of systems focused on the delivery of battlespace awareness, and intelligence capabilities as well as the integrated employment of information operations (IO) capabilities; the development, integration, and test of intelligence, battlespace awareness, and IO applications and dedicated hardware.  The cumulative, estimated value (ceiling) of the base year is $19,752,900.  These contracts include options which, if exercised, would bring the cumulative value of these multiple award contracts to an estimated $98,764,500.  Work will be performed worldwide and is expected to be completed by June 2014.  If all options are exercised, work could continue until June 2018.  SPAWAR Systems Center Atlantic Navy Working Capital funds in the amount of $10,000 will be obligated at the time of award as the minimum guarantee and will be split among the four awardees; these funds will not expire at the end of the current fiscal year.  This contract action establishes a potential ceiling value, in which funds are obligated on individual task orders for efforts that fall within the core competency areas.  The multiple award contracts were competitively procured by full and open competition after exclusion of sources (8(a) set-aside) via the Space and Naval Warfare Systems Center e-Commerce Central website and the Federal Business Opportunities website, with 11 offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, S.C., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Longhorn Regional Service Center LLC, doing business as Kyrish Government Group, Killeen, Texas, has been awarded a maximum $10,500,000 fixed-price with economic-price-adjustment contract.  This contract is for procurement of power-operated drum winches.  Locations of performance are Texas and Oregon with a June 5, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pa. (SPE8EE-13-D-0001).

Landoll Corp., Marysville, Kan., has been awarded a maximum $633,000,000 fixed-price with economic-price-adjustment contract for procurement of commercial type material handling equipment.  Location of performance is Kansas with a June 10, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0019).

Artcraft Optical Company Inc.*, Rochester, N.Y., has been awarded a maximum $11,069,988 modification (P00006) exercising the fourth option year of a one-year base with four one-year option periods contract (SPM2DE-09-D-7539) for the optical electronic catalog program for aircrew spectacle frames.  The contract is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New York with a June 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2012 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Meadow Gold Dairy, Honolulu, Hawaii, has been awarded a maximum $7,950,000 fixed-price with economic-price-adjustment, indefinite-quantity contract.  This contract is for market ready milk and dairy products.  Locations of performance are Hawaii and various locations throughout the continental United States with a June 11, 2016 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2012 through fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE300-13-D-V108).

NAVY

Lockheed Martin Mission Systems and Training, Moorestown, N.J., is being awarded a $19,263,000 cost-plus-fixed-fee, cost-plus-award-fee modification to600px-US-DeptOfNavy-Seal.svg previously awarded contract (N00024-09-C-5103) to exercise options for fiscal 2013 Aegis Platform Systems Engineering Agent activities and Aegis Modernization Advanced Capability Build engineering.  The Platform Systems Engineering Agent manages the in-service combat systems configurations, as well as the integration of new or upgraded capability into CG 47 and DDG 51 class ships.  Work will be performed in Moorestown, N.J., and is expected to be completed by September 2013.  Fiscal 2013 Research, Development, Test & Evaluation, fiscal 2012 Shipbuilding and Conversion, Navy, and fiscal 2013 Operations & Maintenance, Navy funding in the amount of $19,263,000 will be obligated at the time of contract award.  Contract funds in the amount of $63,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

160px-Special_Operations_Specops_Army.svgU.S. SPECIAL OPERATIONS COMMAND

Trivec-Avant Corp., Huntington Beach, Calif. (H92222-13-D-0010), and Antenna Research Associates Inc., Beltsville, Md. (H92222-13-D-001), were awarded a maximum $10,000,000, indefinite-delivery/indefinite-quantity contract for nine types of UHF SATCOM antennas to be used in various configurations by special operations forces.  Both contracts have a period of performance not to exceed five years.  Type of appropriation is fiscal 2013 Operations and Maintenance funds.  This award was the result of a competitive acquisition with seven bids received.  The U.S. Special Operations Command, MacDill Air Force Base, Fla., is the contracting activity.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original

 


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

 

Defense_Logistics_AgencyDefense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road Suite 0119 Fort Belvoir VA 22060-6220

99 — Goose Hazard Management Services SP4705-13-R-0009 062513 Antoinette J. Gregg, Phone 7037671189, Email Antoinette.Gregg@dla.mil
COMBINED SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This is a Request for Proposal (RFP) and the solicitation number is SP4705-13-R-0009. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% set-aside for small business concerns. The NAICS code is 561210, Goose Management Services and the size standard is $35,500,000.00.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective April 01, 2013, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20130617 effective June 17, 2013, and Defense Logistics Acquisition Directive (DLAD) Revision 5 and Proc Ltr 2012-48. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil.

Defense Logistics Agency Contracting Services Office intends to procure an acquisition on behalf of the Defense Logistics Agency (DLA) Facilities to establish a contract for all management, labor, transportation, materials, equipment and working dog(s) to provide goose hazard management deterrent service. Place of performance will be Fort Belvoir, Virginia.

The period of performance will be for a 12 month base year with two 12 month option periods.

Contract Line items:
Base Period
0001 -On -Site Goose Hazard Management for DLA HQ

1001- On -Site Goose Hazard Management for DLA HQ

2001 On -Site Goose Hazard Management for DLA HQ
Description of Requirements:
The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Date (s) and place (s) of delivery and FOB Point:
Defense Logistics Agency (DLA)
8725 John J. Kingman Road
Fort Belvoir, VA 22060

FOB: Destination

Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum (FEB 2012). Proposal shall be received no later than June 25, 2013 10:00 AM (Eastern Time). Faxes and email response will be accepted. Advance copies of the response can be email at antoinette.gregg@dla.mil. Note: All responses must include the solicitation number on the cover page. For email, the solicitation number must be included within the subject line.
(b) Submit one (1) original copy of the technical proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor’s name. Failure to submit redacted copies of the proposal will result in a finding that the proposal is not acceptable.
(4) Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical proposal for the person being proposed to perform the required services.
(8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.
(10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Statement of Work. Resume(s) shall describe the proposed personnel’s credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within three days of the issuance date of this solicitation, to Antoinette Gregg at email address antoinette.gregg@dla.mil. The cut-off date for all questions is Friday, June 21, 2013. (End of Provision); 52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION

The contract resulting from this solicitation will be awarded based on the following evaluation factors:

(1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments.

Technical Requirements are the primary determining factors of an offeror’s ability to perform. Offerors shall describe how they meet or plan to meet all mandatory requirements in the respective Statement of Work (SOW) and contract clauses. The Government will review proposals to determine whether or not an offeror has adequately demonstrated an ability to meet or exceed the Government’s requirements in accordance with the SOW. For each technical requirement, offers demonstrating an ability to perform will at a minimum be determined “acceptable” for that requirement task. Depending on each contractor’s capability, they may be determined to be outside the realm of acceptability and not provided an opportunity to revise their quote if discussions become necessary.

(2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. Price Evaluation is to be performed by the Contract Specialist and Contracting Officer. Vendors are required to submit price quotes in accordance with the proposed CLINs structure. Vendors are to provide firm-fixed pricing for each of the CLIN’s as well as a total price for the entire effort. The Government will evaluate offers for award purpose by adding the total price for all options to the total price basic requirement.

The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors via e-mail with instructions of this decision. The Contracting Officer will provide offerors determined to be in the competitive range with information concerning the on-line auction process.

(3)Period of Performance: Offerors must meet the required delivery date, or if POP: Offerors must be able to start performance on the required period of performance.

Each offeror’s proposed price will be evaluated for reasonableness. The Government currently intends to award a contract with a base period of performance of 12 months and two (2) twelve months option period.

It is the Government’s intention to award without negotiating, under a lowest price, technically acceptable (LPTA) evaluation approach.

FAR52.212-3, “Offeror Representations and Certification-Commercial Items” (APR 2012); 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items” (AUG 2012); 52.217-5, “Evaluation of Options” (JUL 1990); 52.217-8, “Option to Extend Services.” 52.217-9, “Option to Extend the Term of the Contract.” 52.219-28, “Post-award Small Business Program Representation” (APR 2009); 52.232-17, “Interest” (OCT 2008); 52.237-3, “Continuity of Services’” (JAN 1991); 52.242-13, “Bankruptcy” (JUL 1995); 52.242-15, “Stop-Work Order” (AUG 1989); 52.212-4, “Contract Terms and Conditions-Commercial Items” (FEB 2012); 52.232-33, “Payment by Electronic Funds Transfer-Central Contractor Registration”; 52.233-9001; “Disputes: Agreement to Use Alternative Dispute Resolution” (AUG 2004). DFARS 252.212-7000, “Offeror representations and certifications – Commercial Items” (Jun 2005) Certification and Representation shall be Submitted separately from the quote and 252.212-7001, “Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisition of Commercial Items” (Apr 2007) (DEVIATION), 52.204-99, “System for Award Management” (Aug 2012) and 252.243-7001, “Pricing of Contract Modifications” (Dec 1991). 252.232-7003, “Electronic Submission and Processing of Payment Requests and Receiving Reports” (Mar 2008)

The Government has the option to extend the services for this action. Therefore, FAR 52.217-8, “Option to Extend Services Addendum”applies to this acquisition.
“The government might find it necessary to exercise FAR clause 52.217-8 “Option to Extend Services” at some point in this contract. At minimum, pricing for this clause will be evaluated in every offer prior to award as part of the pricing provided for the base year and any relevant “Option to Extend Term of the Contract” period of performance per FAR 52.217-9. Should the “Option to Extend Services” clause be exercised, pricing will follow past practices and be set at the then current rates being utilized in the contract, prorated to the Extended Services performance periods being utilized. For example, should this clause be exercised for a two month performance period to follow the option year one performance period of the contract, then the pricing would be set for two months at option year one pricing, barring the operation of other law.”

This procurement is a candidate for Reverse Auction. Therefore, DLAD 52.215-9023, “Reverse Auction” applies to this acquisition by full text.

As prescribed in DLAD 15.408-90(c)(1), use the following provision.

REVERSE AUCTION (NOV 2012)

The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors of this decision and the following provisions will apply.

(a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation.

(b) Following the decision to conduct discussions using on-line reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide offerors determined to be in the competitive range with information concerning the on-line auction process. The Government intends to use a commercial web-based product to conduct the reverse auction.

(c) Prior to or simultaneously with conducting the on-line reverse auction, the Contracting Officer may hold discussions with the offerors concerning matters appropriate for discussion, such as issues involvingtechnical proposals or unbalanced pricing.

(d) The lowest offeror’s price(s) for each round of the reverse auction will be disclosed to other offerors and anyone else having authorized access to the on-line auction. This disclosure is anonymous, meaning that each offeror’s identity will be concealed from other offerors (although it will be known to the Government; only a generic identifier will be used for each offeror’s proposed pricing, such as “Offeror A” or “lowest-priced offeror”). By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction.

(e) The reverse auction system currently in use designates offers as “Lead,” meaning the current low price in that auction, or “Not Lead,” meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider’s system designates the first offer of that price as “Lead” and the second or subsequent offer of that price as “Not Lead.” Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted, the “Not Lead” offeror that submitted the tie offer must offer a changed price; it will be ineligible for award if the final price in the auction is the tie offer price.

(f) An offeror’s final auction price at the close of the reverse auction will be considered its final proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction.

(g) The following information is provided regarding the procedures to be followed if a reverse auction is conducted.

(1) Each offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency’s commercial reverse auction service provider to advise the offeror of the event and to provide an explanation of the process.

(2) In order for an Offeror to participate in the reverse auction, such offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider’s terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider’s terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator.

(3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other offerors’ pricing in confidence until after contract award.

(4) Any offeror unable to enter pricing through the commercial reverse auction service provider’s system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the offeror’s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror’s control.

(5) The reverse auction will be conducted using the commercial reverse auction service provider’s website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection.

(6) Training:
(i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to offerors’ employees; this training may be provided through written material, the commercial reverse auction service provider’s website, and/or other means.

(ii) An employee of an offeror who successfully completes the training shall be designated as a ‘trained offeror.’ Only trained offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that offerors provide an alternate offeror employee to become a ‘trained offeror.’ The Contracting Officer also reserves the right to take away the ‘trained offeror’ designation from any trained offeror who fails to abide by the solicitation or commercial reverse auction service provider’s terms and conditions.

(End of Provision)

The resulting contract will be firm-fixed price. The period of performance will be from the date of award until contract completion.

Offerors must be submitted via one of the following methods by 10:00 AM ET, June 25, 2013: Email to: antoinette.gregg@dla.mil.; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060.

To be eligible for award of a Government contract, contractors must be properly registered in the System Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220, or via the Internet @www.sam.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.

Set-Aside: Total Small Business Place of Performance: 8725 John J. Kingman Road Fort Belvoir, VA 22060 US URL: https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-13-R-0009/listing.html
OutreachSystems Article Number: 130620/PROCURE/0532
Matching Key Words: writ*; copy; technical; standard; 

Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

R–NCEA-On-Site Information Management Services-Cincinnati SOL-CI-13-00022 070913 Michael D. Kreacic kreacic.michael@epa.gov United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to606px-Environmental_Protection_Agency_logo.svg provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130619/PROCURE/0570
Matching Key Words: writ*; technical; standard; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521

U — PROVIDE SITE EXPLOITATION TRAINING H92240-13-T-JH16 071413 Jackie D Handley, Phone 757-763-2441, Fax 757-462-2434, Email jacqueline.handley@navsoc.socom.mil ;
p;
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. Solicitation H92240-13-T-JH16 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.

The associated NAICS code is 611699 and the Small Business Size Standard is $10.0 M.

This requirement is 100% set aside for small business.

Clin 1001: Contract Line Item (CLIN) 0001 Provide site exploitation   course of instruction for a duration of 3 days for 25 persons. Anticipated dates: 29-31 Jul 2013, 0001 GP   See attached statement of work (SOW).

Clin 2001: . (Option) Provide site exploitation   course of instruction for a duration of 3 days for 25 persons. Anticipated Dates to be determined during Mar 2014 , 0001 GP

Clin 3001: . (Option) Provide site exploitation   course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Nov 2014 , 0001 GP

Clin 3002: . (Option) Provide site exploitation   course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Jul 2015 , 0001 GP

Clin 4001: . (Option) Provide site exploitation   course of instruction for a duration of 3 days for 25 persons.   Dates to be determined Anticipated during Mar 2016 , 0001 GP

Clin 5001: . (Option) Provide site exploitation   course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Nov 2016 , 0001 GP

Clin 5002: . (Option) Provide site exploitation   course of instruction for a duration of 3 days for 25 persons. Dates to be determined Anticipated during Jul 2017 , 0001 GP

Deadline for RFQ Questions: All questions regarding this solicitation  shall be submitted electronically to Jackie Handley, email:   jacqueline.handley@navsoc.socom.mil no later than Jun 28, 2013 at 10:00 am Eastern time to provide adequate time to prepare a response. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 01 Apr 2013.

NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)

DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)

DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012)

Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov

Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov 

The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

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 based on the lowest priced technically acceptable proposal.

The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor’s ability to meet the required training specifications as detailed in SOW.

Provide two (2) examples of orders where same/similar training has been performed or being performed by your company within the past three (3) years.

The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors - Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions – Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.217-8 Option to Extend Services- Notice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option

FAR 52.217-9 Option to Extend the Term of the Contract

Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within   60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.

FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds

FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses
FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)

DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications

SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)   All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer.
SOFAR 5652.233-9000 Independent Review of Agency Protest

Set-Aside: Total Small Business Place of Performance: 1600 Seabee Drive Virginia Beach, VA 23459 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH16/listing.html
OutreachSystems Article Number: 130615/PROCURE/0104
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?; 

Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St. Arlington VA 22209

R — Facilities Support Services SAQMMA13R 062813 Dudley L. Greene, Contract Specialist, Phone 7035161624, Email greenedl@state.gov – Timothy P. Farrell, Branch Chief, Phone 703-875-4230, Email farrelltp@state.gov The Bureau of Overseas Buildings Operations (OBO) of the United States Department of State (DOS) has the broad and vital mission of providing safe, secure, and functional facilities for the conduct of U.S. diplomacy and the global promotion of U.S. interests. OBO is charged with600px-US-DeptOfState-Seal constructing, purchasing, and maintaining U.S. diplomatic mission facilities and other real estate holdings worldwide. The Construction, Facility, and Security Management (CFSM) Directorate within OBO provides a variety of design, engineering, construction, commissioning, operations, maintenance, and program functions that support the operational sustainment of new and existing DOS facilities worldwide. This includes support for design reviews at the various stages for new, renovation, and upgrade facility projects, on-site construction management, on-site facilities management, engineering analysis and design for building systems replacement, system studies, process re-engineering and evaluations that support improved operational efficiencies and cost reduction, and technical assistance in the development of new engineering and program support work.
This pre-solicitation notice is not a Request for Proposal (RFP). It is anticipated the solicitation will be issued electronically after approximately 15 days of this notice and will be posted on the Federal Business Opportunities web page at http://www.fedbizopps.gov. The solicitation number will be SAQMMA13R0360. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Potential bidders must register at FedBizOpps in order to receive notifications and/or changes to the solicitation.

IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL. At least one contract will be awarded to firms possessing Top Secret FCLs, and one or more firms with Final Secret FCLs may be selected for additional awards. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation.
Selected firms possessing a Final Secret FCLs, or selected joint ventures comprised of entities cleared at the Final Secret level, will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 60 days from the date of selection for award will be allowed for the Secret cleared firms to obtain an Interim Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract to the selected offeror.
Due to performance time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim and Final Top Secret FCLs. Contract performance at DoS locations will require a mix of Secret and Top Secret cleared personnel. TS cleared personnel must be eligible for COMSEC/crypto access.

This acquisition will be conducted as a Service-Disabled Veteran-Owned Set-Aside competitive procurement using Federal Acquisition Regulation (FAR) Part 15 procedures. Offers from other than Service-Disabled Veteran-Owned small businesses will not be considered. The applicable North American Industry Classification System (NAICS) code for this requirement is 561210. The small business size standard is 500 employees. The Government contemplates awarding multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract with a one-year base period plus four option years. The solicitation will be evaluated in accordance with the criteria described in the solicitation. Central Contractor Registration (CCR) is required in order to be eligible for award. Information concerning CCR registration requirements can be viewed via the Internet at http://www.ccr.gov. Additionally, Online Representations and Certifications Application (ORCA) is also required and contractors can register at http://orca.bpn.gov.

All questions concerning this competition must be directed in writing via email to GreeneDL@state.gov. No questions or inquiries will be accepted by telephone or fax.

Job Categories Required:

1. Administrative Assistant I
2. Office Manager/Administrator
3. Program Analyst
4. Technical Writer/Editor
5. Facility Manager
6. Facility Manager Student Intern
7. Architect I
8. Architect II
9. Architect IIA
10. Architect III
11. Architect IV
12. Civil Engineer I
13. Civil Engineer II
14. Civil Engineer III
15. Civil Engineer IV
16. Electrical Engineer I
17. Electrical Engineer II
18. Electrical Engineer III
19. Electrical Engineer IV
20. Mechanical Engineer I
21. Mechanical Engineer II
22. Mechanical Engineer III
23. Mechanical Engineer IV
24. HVAC/Electronic Controls Technician
25. Building Automation System Technician
26. High/Medium Voltage Electrician
27. Project Coordinator
28. Elevator Specialist
29. Roofing Specialist

Set-Aside: Service-Disabled Veteran-Owned Small Business Place of Performance: 1701 N. Ft Myer Drive Arlington, VA 22209 US URL: https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13R/listing.html
OutreachSystems Article Number: 130614/PROCURE/0087
Matching Key Words: writ*; technical; standard; operating; procedure?; 


Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

VAU–TJC VIRTUAL EDUCATION BROADCAST VA77713I0112 062813 Dana Diamond dana.diamond@va.gov dana.diamond@va.gov I. Introduction
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA’s requirements, understand contractor’s pricing and discount practices and other market information readily available. Information gathered from this RFI will assist with this determination. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
The Government reserves the right to limit the distribution of the resulting solicitation among the most highly rated responses to this RFI.
II. Background
The Department of Veterans Affairs, Veterans Health Administration (VHA), Employee Education System (EES) Services, now seeks the support of a contractor with broad The Joint Commission (TJC) technical expertise and seeking virtual education programs that are accredited and provided in a live, interactive virtual format utilizing a combination of TJC personnel, TJC trained surveyors and other healthcare professionals as subject matter experts to analyze, discuss, demonstrate and interpret regulations, and articulate successful compliance of TJC strategies to its viewers.
III. Requirements: Single Award Scope of Work
The contractor will be required to provide;
1. Labor, material and services necessary for the Department of Veterans Affairs (DVA), Veterans Health Administration (VHA) to conduct monthly recurring 60 minutes in length virtual interactive instructor-led programson The Joint Commission (TJC) education educational programs throughout the Calendar Year.
2. An unrestricted active Uniform Resource Locator (URL) global address link to a contractors hosted secure website for online access to view the JCR LIVE broadcast. It must meet all VHA IT and security requirements & 508 Compliant.
3. Method for questions and answers during and after the LIVE broadcast between presenters and learners.
4. RECORDING of all JCR LIVE broadcast using an unrestricted active URL global address link to a contractor’s hosted secure website
5. Secure web base online registration mechanism as well as for participants to receive continuing education credits that can accommodate all VHA web browsers, operating systems and meeting VHA IT and security requirements
6. Helpdesk Customer Service (CS) support via toll free phone number and e-mail to assist with on-line registration and other questions
7. Two rosters of VHA attendees for each program offering 1) Those that applied for CEU’s 2) All VHA attendees after two weeks from a program offering
8. Develop participant handouts and host them on a secure contractor’s hosted website for viewing and downloading.
9. Develop program promotional material and host them on a secure contractor’s hosted website for viewing and downloading.
10. Develop, conduct, assess and deliver learning evaluation at the Level-Three phase using the industry best practice model, Kirkpatrick Model®. The evaluation plan will identify (a) the purpose and objectives, (b) data collection strategy, (c) communication strategy, and (d) survey administration strategy.
11. Incorporate the TJC Standards requirements for major hospital staff elements, e.g. Administration, Physician, Nurses, Nurse Aide, Medical Records, Medical Technology, Pharmacy, Physical Therapy, Physician’s Assistant, Respiratory Therapy, Occupational Therapy, Emergency Medical Technicians, Social Work, Housekeeping, and Maintenance.
12. A Continuing Education Unit (CEU) 1.0 CEU minimum, by a nationally recognized accreditation body which corresponds with the monthly training topic will be issued to each VHA employee participating in the livebroadcast and, or recorded broadcasts upon satisfactorily completing the post exam and educational program evaluation
13. Virtual broadcasts shall also reflect standards of accredited healthcare bodies as outlined below:
” Accreditation Council for Continuing Medical Education (ACCME)
” American Nurses Credentialing Center (ANCC)
” American College of Healthcare Executives (ACHE)
IV. Submittal Information
Contractors having the skills and capabilities necessary to perform the stated requirements are encouraged to submit a written response that addresses the above information. The response is restricted to 8-1/2″ X 11″ paper, 12-point font, and page margins shall not exceed top/bottom 1″ and left/right 0.75.” Graphics and tables may use a smaller font but must be clearly readable. In response to the RFI, interested contractors shall submit the following information no later than 15th May 2013, 4:00pm EST to, Dana Diamond at dana.diamond@va.gov.
A. Past Experience: Provide the following information for three similar contracts completed within the last three to five years for which the responder was a prime or major subcontractor.
1. The name, address, and value of each contract.
2. The Prime Contract Type, e.g., Firm Fixed-Price, or Cost-Reimbursement.
3. The name, telephone and address of each contract owner.
4. Your company’s role (Prime or Sub) and services provided. If your company was a major subcontractor – provide an overview of your work share and responsibilities.
5. An overview of prime contract requirements and deliverables.
6. An overview of your technical approach.
7. A description of the contract’s difficulties and successes.
8. Descriptions of any tools utilized, and if proprietary please state.
B. Capabilities/Qualifications:
1. Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
2. Teaming Arrangements – Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work.
3. Socio-Economic Status – Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and/or Hub Zone. If Service-Disabled or Veteran Owned Small Business is your company and or partners verified in VA’s VetBiz repository?
4. Commercial availability – Description of the length of time your services have been commercially available.
5. Price information – Provide your labor categories and labor rates and related discount history for the same or similar services. If services are available under GSA Federal Supply Contract, please provide GSA Contract Number, GSA pricing (to include GSA approved labor categories and labor rates), and GSA contract expiration date.
6. Other Market Information – Provide any other relative information, however this information must be included within the five page limitation.

URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713I0112/listing.html
OutreachSystems Article Number: 130614/PROCURE/0115
Matching Key Words: broadcast*; program?; education*; train*; 

FedBizOpps – Special Notes

Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE MS-4010 Washington DC 20549

99 — RFP for Quantitative Research Analytical Data Support (QRADS) SECHQ1-13-R-0005 Robert A Witherspoon, Contract Specialist, Phone 202-551-7319, Fax 703-914-9226, Email witherspoonr@sec.gov – Angela Dunson, Contracting Officer, Email DunsonA@sec.gov This announcement serves as a solicitation notice. The Securities and Exchange Commission’s (SEC), Office of Acquisitions, intends to issue a solicitation to seek vendor(s) who will provide services to the SEC under the Quantitative Research Analytical Data Support (QRADS) requirement. The objective of this program is to obtain support for the SEC’s Division of Economic and Risk Analysis (DERA) in the following work categories: 1) Capital Markets and Financial Industry Data Analysis; 2) Quantitative Analytical Support; 3) Analytic Development600px-US-SecuritiesAndExchangeCommission-Seal.svg Environment Database Support; 4) Communication and Technical Writing Support; and, 5) Text Analytics Support. This requirement is being conducted as a non-commercial item acquisition in accordance with FAR Part 15. The Government anticipates awarding Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts resulting from the solicitation. The period of performance for this procurement shall consist of one (1) year base period with four (4), one (1) year options. The Request for Proposal (RFP) shall require the submission(s) of technical proposal(s) as well as price proposal(s). Contract(s) will be issued to eligible firms offering the best value proposal to provide the services in accordance with the Statement of Work (SOW). The actual solicitation and all related documents are hereby released and available electronically through the Federal Business Opportunities (FedBizOpps) website at http://fedbizopps.gov/. The response due date and time for proposals is July 15, 2013. Please refer to Section L for further instructions, conditions, and notices to offerors.

Place of Performance: 100 F Street, NE Washington, DC 20549 US URL: https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-13-R-0005/listing.html
OutreachSystems Article Number: 130614/SPECIAL/1008
Matching Key Words: writ*; technical; 

FedBizOpps – Surplus

Department of the ArmyDepartment of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — SALE OF POST-CONSUMER PALLETS QRP14-0001 062713 Daniel Pearman, QRP MANAGER, Phone 5026245673, Fax 5026245672, Email daniel.pearman@us.army.mil – Sandra McGhee, Operations Clerk, Phone 5026245026, Fax 5026245672, Email sandra.m.mcghee2.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for bid of Post-Consumer Pallets.    The duration of this agreement is 1 year.  Please open the attached document of the posting for sale solicitation/agreement form that is required for bidding.  Initial individual pages, Sign, date, and enter all of the required information on your bid.  Send your bid to Daniel Pearman or Sandra McGhee at sandra.m.mcghee2.naf@mail.mil  or to fax number 502-624-5672.  Respond by 27 June 2013 no later than 2:00p.m. Eastern Standard Time.  Please call Fort Knox QRP for any questions you may have.  All bids are welcome.  The Contract performance location is at 309 Frazier Road, bldg 2962, Fort Knox, KY 40121.
Place of Performance: 309 Frazier Road. Bldg 2962 Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0001/listing.html
OutreachSystems Article Number: 130620/SURPLUS/0975
Matching Key Words: state!ky; 

USABID State and Local Purchases

Kansas – Kansas State University https://eforms.ksu.edu/rfq/index.aspx Division of Financial Services/Purchasing, 21 Anderson Hall, Kansas State University Manhattan, KS 66506-0108. Ph: (785) 532-6214.

R - Video Production Support Services SOL 40346 Video Production Support Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130620/BID/0264
Matching Key Words: video*; produc*; production?; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

T – Printing and Binding of a Book – McIntosh and Anderson / Kentuck SOL K-0683-13 Printing and Binding of a Book – McIntosh and Anderson / Kentucky Agate For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130620/BID/0266
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFB-27-14 Old Beach Electrical Repairs Ky.Dam Village SRP RFB : SOL RFB-27-14 Old Beach Electrical Repairs Ky.Dam Village SRP RFB : 1300001086 Facilities & Support Services Construction Published On : 6/19/13 Amended On : Closing On : 7/23/13 2:00 PM EDT Time Left: 33 Days, 03:32:30 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130620/BID/0823
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2 Addendu SOL CCK-1883-13 MCPPD UK Hospital HD307 Angio UPSAddendum #1 Addendum #2 Addendum #3Addendum #4Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130619/BID/0479
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Sponsorship-Pyrotechnic/ Firework Display-Buckhorn Lake SRP RFP SOL Sponsorship-Pyrotechnic/ Firework Display-Buckhorn Lake SRP RFP : 1300000403 Kentucky Department Of Parks Published On : 6/18/13 Amended On : Closing On : 6/28/13 2:00 PM EDT Time Left: 9 Days, 03:37:54 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130619/BID/1000
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Project # 2373.0Replace Woodland Sanitary Sewer Addendum #1Plans SOL CCK-1884-14 Project # 2373.0Replace Woodland Sanitary Sewer Addendum #1Plans Available from UK Planroom For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130618/BID/0285
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFB-23-14 Dennis Ward AML Reclamation Proj-Johnson Co RFB : 130 SOL RFB-23-14 Dennis Ward AML Reclamation Proj-Johnson Co RFB : 1300001076 Facilities & Support Services Carolyn Turner Construction Published On : 6/17/13 Amended On : Closing On : 7/9/13 10:30 AM EDT Time Left: 20 Days, 23:36:50 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130618/BID/0725
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Endowment Investment Manager: Non-Core Real EstateAttachment 1At SOL UK-1266-14 Endowment Investment Manager: Non-Core Real EstateAttachment 1Attachment 2 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130614/BID/0330
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – KIA 2013-14 Legal Services RFP : 1300000374 Ky Infrastr SOL KIA 2013-14 Legal Services RFP : 1300000374 Ky Infrastructure Authority Request for Proposals(RFP) Published On : 6/11/13 Amended On : Closing On : 6/21/13 4:00 PM EDT Time Left: 9 Days For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130613/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – UK Athletics Public Relations Services SOL UK-1269-13 UK Athletics Public Relations Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130613/BID/0317
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 SOL FY14 Childcare Moodle Onine Course Developer RFP : 1300000391 Kentucky Educational Television Request for Proposals(RFP) Published On : 6/10/13 Amended On : Closing On : 6/17/13 4:30 PM EDT Time Left: 6 Days, 05:06:46 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130612/BID/0003
Matching Key Words: age:state!ky; state!ky; 

Other Federal Procurements (Small)

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

R — We are looking to partner with a larger company as a sub-contrac SOL 63928447 We are looking to partner with a larger company as a sub-contractor. Wesba logo are a Small Minority Owned Company that provides the following services: Industrial Work wear, safety vests, apparel, promotional products, uniforms, bags, caps, aprons, outer wear,badges, Television commercials, Radio advertisements, Corporate training videos,Infomercials,Videography,Logo Design,Video editing, Motion graphics, Animation, prinitng services, signs, posters, business cards, etc., direct mail, Please contact us if our services are needed. We can provide safety & workwear for your contractors. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130613/SMALL/8731
Matching Key Words: video*; edit*; produc*; train*; business*; commercial?; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original

 


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

United_States_Department_of_Defense_Seal.svg

DOD AWARDED CONTRACTS

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

United Launch Services LLC, Littleton, Colo., has been awarded a $1,088,000,000 Not-To-Exceed letter contract for Evolved Expendable Launch Vehicle (EELV) production services  in support of the following Air Force and National Reconnaissance Organization (NRO) launch vehicle configurations: AF Atlas V 401, AF Atlas V 501, AF Delta IV 4,2, AF Delta IV 5,4  NRO Atlas 401, NRO Atlas 541, and a NRO Delta IV 5,2.  Work will be performed at Centennial, Colo., and is expected to be complete by 2015.  This award is the result of a sole source acquisition.  Fiscal 2013 Missile Procurement funds in the amount of $525,000,000 will be obligated on this award.  Launch Systems Directorate, Space and Missile Systems Center, Los Angeles AFB, Calif., is the contracting activity (FA8811-13-C-0003).

Restoration Specialists, Savannah, Ga., has been awarded a maximum $45,000,000 firm-fixed- price indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements for minor construction, facility repair and real property maintenance projects to support Joint Base Charleston Base Civil Engineering.  Work will be performed at Joint Base Charleston – Weapons Station, Charleston, S.C. (Berkeley and Charleston County), and is expected to be complete by June 25, 2018.  This award is the result of a competitive acquisition, solicited electronically, and seven offers were received.  No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued.  No contract funds will expire at the end of the current fiscal year.  The 628 Contracting Squadron/LGCB, Joint Base Charleston, S.C., is the contracting activity (FA4418-13-D-0006).

Lockheed Martin Missiles and Fire Control, Orlando, Fla., has been awarded an additional $21,390,000 firm-fixed-price, undefinitized contract award for Sniper Advanced Targeting Pods (ATPs).  The contractor will provide 95 Sniper ATPs for the Royal Saudi Air Force and will supply 35 Compact Multiband Data Link, 70 Infrared Search and Track (IRST) systems, 75 IRST pylons, and spares.  Work will be performed at Orlando, Fla., and is expected to be completed by Dec. 31, 2019.  This award is the result of a source-directed/sole-source acquisition.  This contract is 100 percent foreign military sales for Saudi Arabia.  The Air Force Life Cycle Management Center/WNKCB, Robins Air Force Base, Ga., is the contracting activity (FA8540-12-C-0012 PZ0001).

CUBRC, Inc., Buffalo, N.Y., has been awarded a $12,839,646 modification (P00007) for a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (FA9302-09-D-0030) for continued engineering support for the Virtual Integrated Electronic Warfare System program.  The contract modification is to increase the contract ceiling for additional engineering support, materials, and travel.  Work will be performed at Buffalo, N.Y., and is expected to be completed by March 31, 2015.  The total cumulative face value of the contract is $43,892,646.  No funds will be obligated at time of award.  Air Force Test Center, Directorate of Contracting, Installation Contracting Division, Edwards Air Force Base, Calif., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $12,718,538 modification (P00195) for additional work under ECP 0590 – Automatic Backup Oxygen Supply (A-BOS) cost-plus-incentive-fee (includes cost-plus-fixed-fee, firm-fixed-price, and cost-plus-award-fee and time and material) work contract (FA8611-08-C-2897)  in the F-22 Life Support System.  Effort includes 72 retrofits kits, 2 CTF/RTA kits, trainer kits, support equipment, and spares.  The total cumulative face value of the contract is $5,139,647,272.  Work will be performed at Fort Worth, Texas, and is expected to be complete by May 30, 2015.  Fiscal 2012 and 2013 Research and Development and Aircraft Procurement funds in the amount of $12,718,538 are being obligated at time of award.  The Air Force Life Cycle Management Center/WWUK, Wright-Patterson Air Force Base, Ohio is the contracting activity.

DRS-Sustainment Systems, Inc., Saint Louis, Mo., has been awarded an $8,063,154 (estimated) delivery order (022) for a fixed-price-incentive-firm target contract (FA8519-12-D-0002) for Vehicle Depot Overhaul of eight Tunner 60K Loaders.  Work will be performed at West Plains, Mo., and is expected to be completed by June 13, 2014.  This award is the result of a sole source acquisition.  Fiscal 2013 Working Capital funds and Operations and Maintenance funds in the amount of $7,906,094 are being obligated at time of award.  Air Force Life Cycle Management Center/WNKBBA is the contracting activity.

ARMY

Chenega Management LLC, Alexandria, Va., (W911QY-13-C-0061); STS International Inc., Berkeley Springs, W.Va., (W911QY-13-C-0062); Global Technical Services, Anchorage, Alaska, (W911QY-13-C-0063); and Advanced Technology Systems Co., McLean, Va., (W911QY-13-C-0064); were awarded a firm-fixed-price, option-filled, multi-year contract with a maximum value of $249,300,000 for services in support of fielded force protection systems at permanent and contingency sites in military installations.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with nine bids received.  The Army Contracting Command, Natick, Mass., is the contracting activity.

Komada LLC, Warner Robbins, Ga., was awarded a firm-fixed-price, multi-year, task-order contract with a maximum value of $95,000,000 for general constructionDepartment of the Army services.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 30 bids received.  The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0012).

The Ross Group Construction Corp., Tulsa, Okla., was awarded a firm-fixed-price, option-filled contract with a maximum value of $20,869,000 to construct a C-130J Fuel Maintenance Hangar at Little Rock Air Force Base, Ark.  Fiscal 2013 Military Construction funds are being obligated on this award.  The bid was solicited through the Internet, with 10 bids received.  The Army Corps of Engineers, Little Rock, Ark., is the contracting activity (W9127S-13-C-6002).

SRA International Inc., Fairfax, Va., was awarded a firm-fixed-price, option-filled, multi-year contract with a maximum value of $8,012,547 for enterprise operations and security services in support of the Army National Guard.  Work will be performed in Arlington, Va.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The National Guard Bureau, Arlington, Va., is the contracting activity (W9133L-13-C-0025).

CAE USA Inc., Tampa, Fla., was awarded a $7,198,001 modification (P00001) to a previously awarded firm-fixed-price, Foreign Military Sales (FMS) contract (W912ER-13-C-0016) for the construction of a flight training facility at Al Mubarak Air Base, Kuwait.  This FMS contract is in support of Kuwait.  The cumulative total face value of this contract is $25,391,389.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Corps of Engineers, Winchester, Va., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Lockheed Martin Mission Systems and Training, Owego, N.Y., is being awarded a $30,302,022 modification to a previously awarded firm-fixed-price, multi-year contract (N00019-11-C-0020) for the manufacture and delivery of nine Mission Avionics Systems and Common Cockpits for the MH-60R for the Danish Government’s Defence Acquisition and logistics organization under the Foreign Military Sales (FMS) program.  Work will be performed in Owego, N.Y. (71 percent); Farmingdale, N.Y. (10 percent); Woodland Hills, Calif. (8 percent); Cedar Rapids, Iowa (3 percent); Ciudad Real, Spain (3 percent); Bennington, Vt. (2 percent); Lewisville, Texas (1 percent); and various locations throughout the United States (2 percent), and is expected to be completed in April 2018.  FMS contract funds in the amount of $30,302,022 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

General Dynamics Advanced Information Systems (GDAIS) Inc., Fairfax, Va., is being awarded a $29,748,709 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6250) for engineering and technical services in support of the AN/BYG-1 tactical control system for U.S. Navy submarines.  GDAIS will continue to migrate the AN/BYG-1 Tactical Control System from a Technology Insertion (TI-10) baseline to a TI-12, integrate Advanced Processing Build (APB-13), begin development of the TI-14 baselines, and deliver this capability to multiple variants to be delivered to multiple submarine platforms.  Work will be performed in Fairfax, Va., and is expected to be completed by July 2014.  Fiscal 2013 Research, Development, Test and Evaluationfunding in the amount of $4,047,018 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Information Technology, Fairfax, Va., is being awarded a $25,000,000 modification to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-08-D-0013) for approximately 300,000 hours of integrated logistics services in support of technical analysis and investigations of Foreign Military Sales programs.  This work will be performed in Patuxent River, Md. (56 percent); Annandale, Va. (9 percent); Philadelphia, Pa. (7 percent), Jacksonville, Fla. (6 percent); the Philippines (6 percent); Arlington, Va. (4 percent); and at various locations inside and outside the United States (12 percent); and work is expected to be completed in September 2014.  Funds are not being obligated at the time of award.  Funds will be obligated on individual delivery orders as they are issued.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Head Inc.*, Columbus, Ohio, is being awarded a $10,984,000 firm-fixed-price contract for construction of a simulated landing helicopter dock (LHD) flight deck at Marine Corps Air Station Beaufort.  The work to be performed provides for construction of a LHD flight deck consisting of high temperature resistant concrete material, a new landing officer safety officer tower to support F-35 training and operational squadrons, and construction of a simulated short takeoff and vertical landing LHD carrier landing deck consisting of required foreign object debris zones, airfield lighting and associated electrical upgrades.  Work will be performed in Beaufort, S.C., and is expected to be completed by July 2014.  Fiscal 2013 Military Construction, Navy funds in the amount of $10,984,000 are being obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity (N69450-13-C-1773).

DEFENSE LOGISTICS AGENCY

Equilon Enterprises doing business as Shell Oil Products US, Houston, Texas, has been awarded an estimated maximum $474,105,843 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Locations of performance are Texas, California, and Washington with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0463).

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded an estimated maximum $456,356,398 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Locations of performance are Texas and California with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contractingDefense_Logistics_Agency activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0464).

Exxon Mobil Fuel Marketing Co., Fairfax, Va., has been awarded an estimated maximum $405,098,579 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite quantity contract.  The contract is for aviation turbine fuel.  Locations of performance are Virginia and California with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal year 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0474).

Chevron Americas Products, Houston, Texas, has been awarded an estimated maximum $391,402,898 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Locations of performance are Texas, Utah, and California with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal year 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0467).

Western Refining Co., L.P., El Paso, Texas, has been awarded an estimated maximum $268,745,246 fixed- price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Location of performance is Texas with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0471).

Petro Star, Inc.,* Anchorage, Alaska, has been awarded an estimated maximum $169,975,344 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Location of performance is Alaska with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0477).

US Oil Trading LLC, Tacoma, Wash., has been awarded an estimated maximum $95,512,324 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite quantity contract.  The contract is for aviation turbine fuel.  Location of performance is Washington with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0472).

Sterling Foods LLC, San Antonio, Texas, has been awarded a maximum $14,183,974 modification (P00202) exercising the second option year period for various polymeric traypack bakery items.  The contract (SPM3S1-10-D-Z188) is a firm-fixed-price contract.  Location of performance is Texas with a July 5, 2015 performance completion date.  Using military services are Army and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sinclair Oil Corp., Salt Lake City, Utah, has been awarded an estimated maximum $13,680,863 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Locations of performance are Utah and Wyoming with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0469).

Revision Military Ltd.,* Essex Junction, Vt., has been awarded a maximum $11,656,785 modification (P00003) exercising the second option year period of a one-year base contract with four one-year option periods and provides for prescription lens.  The contract (SPM2DE-11-D-7552) is a fixed-price with economic-price-adjustment, sole-source contract.  Location of performance is Vermont with a July 7, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal year 2012 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Calumet Montana Refining LLC., Great Falls, Mont., has been awarded an estimated maximum $10,447,411 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  The contract is for aviation turbine fuel.  Location of performance is Montana with a June 30, 2014 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-0476).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

General Atomics – Aeronautical Systems, Inc., Poway, Calif., has been awarded a $28,289,068 cost-plus-incentive-fee contract for implementation of the Aircraft Structural Integrity Program Phase I to manage the structural integrity of the MQ-9 fleet throughout the aircraft life cycle.  Work will be performed at Poway, Calif., and is expected to be completed Sept. 25, 2016.  Fiscal 2013 Aircraft Procurement funds for the entire amount are being obligated at time of award.  Air Force Life Cycle Management Center/WIIK, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-10-G-3038 DO 0045).

United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Conn., has been awarded a $11,408,838 (estimated) fixed-price, indefinite-delivery, requirements type contract, with fixed-price, man-month rates and cost-reimbursable line items for travel and relocation for 15 contractor engineering and technical services representatives for Air National Guard (ANG) (5); Navy (1), and Foreign Military Sales (FMS) (9) in support of the F100 engines on the F-15/F-16 (U.S. Air Force and FMS); and the JT9D and J52 engines on the C-9 (Navy) aircraft.  Work will be performed at five ANG locations Barnes, Maine; Toledo, Ohio; Jacksonville, Fla.; Tucson, Ariz., and New Orleans, La.; one Navy location at Whidbey Island, Wash.; and nine FMS locations.  Total percentage of contract supporting FMS is 69.13 percent of estimated dollars.  Work is expected to be completed by June 25, 2016.  This is a sole source acquisition, and no money will be obligated on this contract; funds will be obligated on task orders written against this basic contract.  Air Force Life Cycle Management Center/HBBI, Hanscom Air Force Base, Mass., is the contracting activity (FA8604-13-D-7954).

ARMY

Conti Enterprises Inc., Edison, N.J., was awarded a firm-fixed-price contract with a maximum value of $23,800,500 for flood control services in Harahan, La. FiscalDepartment of the Army 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with nine bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-C-0032).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $9,036,199 modification (P00006) to a previously awarded cost-plus-incentive-fee contract (W31P4Q-12-C-0001) for services in support of the PATRIOT Advanced Capability-3.  The cumulative total face value of this contract is $68,999,656.  Work will be performed in Camden, Ark., and Grand Prairie.  A combination of fiscal 2012 and fiscal 2013 Procurement funds in the amount of $4,427,737 are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

The Machine Lab Inc.*, Wellington, Colo., is being awarded a $17,089,588 firm-fixed-price contract for the procurement of MMP-30 explosive ordnance disposal robots and accessory parts.  This contract will support foreign military sales (FMS) to Afghanistan (100 percent).  Work will be performed in Wellington, Colo., and is expected to be completed by April 2014.  FMS funding in the amount of $17,089,588 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with FAR 6.302-1.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-13-C-0017).

L-3 Communications, Communication Systems West, Salt Lake City, Utah, is being awarded a $6,748,310 modification to a previously awarded firm-fixed-price contract (N00019-12-C-2024) for the manufacture, test, delivery and support of five Common Data Link Hawklink AN/SRQ-4 radio terminal sets in support of the Navy MH-60R aircraft (4) and the U.S. Coast Guard (1).  Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Ga. (14 percent); Mountain View, Calif. (6 percent); Exeter, N.H. (2 percent); and Phoenix, Ariz.; El Cajon, Calif.; Oxnard, Calif.; Salinas, Calif.; Sunnyvale, Calif.; Boise, Idaho; Derby, Kan.; Littleton, Mass.; Stow, Mass.; Minnetonka, Minn.; Skokie, Ill.; Dover, N.H.; Bohemia, N.Y.; York Haven, Pa.; Providence, R.I.; Cedar Park, Texas; Ft. Worth, Texas; and Toronto, Canada (1 percent each), and is expected to be completed in May 2015.  Fiscal 2012 Research, Development, Test and Evaluation, Coast Guard and Fiscal 2013 Other Procurement, Navy funds in the amount of $6,748,310 are being obligated on this award.  Funds in the amount of $1,349,662 will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Hewlett Packard Enterprise Services, Herndon, Va., was awarded a $679,792,250 modification to a previously awarded continuity of services contract (CoSC) (N00039-10-D-0010) for the Navy Marine Corps Intranet (NMCI).  The modification includes increasing the contract ceiling by $679,792,250, from $4,924,000,000 to $5,603,792,250, and adding one option that will extend the period of performance two months, from April 2014 to June 2014.  This option will only be exercised if the Government has not fully transitioned the services.  The NMCI services are currently provided under the CoSC, which was awarded to HPES in order to continue providing NMCI information technology (IT) services following the expiration of the original NMCI contract.  The CoSC network operation services currently expire in April 2014; the hardware purchase expires July 2015; and the asset usage services expire in December 2014.  The CoSC ensures that the scope of NMCI IT services and performance levels delivered are sustained until the Next Generation Enterprise Network is satisfactorily providing the replacement services.  Work is performed at approximately 2,500 Navy and Marine Corps locations worldwide, from major bases to single-user sites.  No funds will be placed on contract or obligated at the time of modification.  This is a sole-source contract with HPES being the owner/operator of the NMCI network and the only source that can satisfy the Navy’s requirement for continuity of IT service.  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

General Dynamics National Steel and Shipbuilding Co., San Diego, Calif., was awarded an $11,200,000 modification on a not-to-exceed basis to previously awarded contract (N00024-09-C-2229) to accomplish the detail design of Afloat Forward Staging Base (AFSB) modifications for the Mobile Landing Platform (MLP) program to support the construction of MLP 3 and MLP 4 which will be AFSB variants.  Work will be performed in San Diego, Calif., and is expected to be completed by November 2013.  Fiscal 2012 National Defense Sealift funds in the amount of $5,600,000 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Ind., was awarded a $7,069,292 modification to a previously awarded firm-fixed-price contract (N00019-10-C-0020) for additional engineering services for up to 9,253 flight hours for the MV-22 fleet aircraft in support of Operation Enduring Freedom and the east and west coast Marine Expeditionary Units deployments.  Work will be performed in Oakland, Calif. (70 percent), and Indianapolis, Ind. (30 percent), and is expected to be completed in November 2013.  Fiscal 2013 Operations and Maintenance, Navyand fiscal 2013 Operations and Maintenance, NavyOverseas Contingency Operationsfunds in the amount of $7,069,292 will be obligated at the time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Brad Hall & Associates,* Idaho Falls, Idaho,has been awarded a maximum $140,879,899 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Idaho, Virginia, West Virginia, District of Columbia, and Maryland with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4009).

Papco, Inc.,* Virginia Beach, Va., has been awarded a maximum $125,759,158 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Delaware, Maryland, Virginia, Indiana, Ohio, and West Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Department of Defense, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4028).

Ahntech, Inc.,* San Diego, Calif., has been awarded a maximum $108,265,092 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Maryland, and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics AgencyDefense_Logistics_Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4007).

Petroleum traders Corp.,* Fort Wayne, Ind., has been awarded a maximum $79,115,989 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Indiana, Ohio, Tennessee, Kentucky, Delaware, Virginia, West Virginia, District of Columbia, and Maryland with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4029).

Carter Enterprises LLC**, Brooklyn, N.Y., has been awarded a maximum $70,526,715 modification (P00014) exercising the first option year period for improved outer tactical vests and cable assemblies.  The contract (SPM1C1-11-D-1059) is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Location of performance is New York with a June 27, 2014 performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Carroll Independent Fuel,* Baltimore, Md., has been awarded a maximum $62,579,491 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Maryland, and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4012).

Mansfield Oil Company of Gainesville, Inc.,* Gainesville, Ga., has been awarded a maximum $49,168,580 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Delaware, District of Columbia, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, and West Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4026).

Defense_Logistics_AgencyMedImmune Biologics, Inc., Gaithersburg, Md., has been awarded a maximum $23,274,000 firm-fixed-price, sole-source contract.  This contract is for influenza vaccine, nasal spray.  Locations of performance are Maryland and Pennsylvania with a June 25, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2DP-13-D-0006).

Mid-Atlantic Cooperative Solutions DBA Aero Energy,* New Oxford, Pa., has been awarded a maximum $17,341,274 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Maryland, and Virginia with a July 31, 2017 performance completion date. Using military service is Army. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4004).

Woolrich, Inc.,* Woolrich, Pa., has been awarded a maximum $15,869,760 modification (P00010) exercising the first option year period for Marine Corps combat utility uniform trousers.  The contract (SPM1C1-12-D-1039) is a firm-fixed-price, indefinite-quantity contract.  Locations of performance are Pennsylvania, Mississippi, Texas, Alabama, and North Carolina with a June 27, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

American Apparel, Inc., Selma, Ala., has been awarded a maximum $14,975,289 modification (P00012) exercising the first option year period for Marine Corps combat utility uniform blouse.  The contract (SPM1C1-12-D-1038) is a firm-fixed-price/indefinite-quantity contract.  Locations of performance are Alabama and Mississippi with a June 27, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Great Lakes Petroleum Co.,* Cleveland, Ohio, has been awarded a maximum $14,733,692 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are Ohio and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Department of Defense, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4018).

JD Logic, LLC,* Aurora, Colo., has been awarded a maximum $13,760,745 fixed-price with economic-price-adjustment contract. The contract is for fuel. Locations of performance are District of Columbia, Kentucky, Maryland, Tennessee, and Virginia with a July 31, 2017 performance completion date. Using military services are Army, Navy, Air Force, and federal civilian agencies. Type of appropriation is fiscal year 2013 through fiscal year 2017 Defense Working Capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4022).

Macquarie Aviation North America 2 Inc.,* Louisville, Ky., has been awarded a maximum $12,211,005 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Kentucky with a July 31, 2017 performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-4024).

Dime Oil Co.,* Waterbury, Conn., has been awarded a maximum $9,797,163 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Connecticut and Virginia with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4013).

Crown Clothing Co.,* Vineland, N.J., has been awarded a maximum $7,603,156 firm-fixed-price contract.  This contract is for men’s poly/wool coats.  Location of performance is New Jersey with a June 24, 2014 performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM1C1-13-D-1059).

Don Small & Son’s Oil Distributor Inc.,* Auburn, Wash., has been awarded a minimum $7,483,747 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Washington with a July 31, 2016 performance completion date.  Using military services are Army and federal civilian agencies.  Type of appropriation is fiscal 2016 Stock funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4517).

Spence/Banks, Inc.,* Terre Haute, Ind., has been awarded a maximum $6,876,323 fixed-price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Indiana with a July 31, 2017 performance completion date.  Using military services are Air Force and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4035).

ARMY

McMillen LLC, Boise, Idaho, was awarded a firm-fixed-price, option-included contract with a value of $10,088,000 for the maintenance and development of ponds inDepartment of the Army Napa, Calif., with the goal of creating habitat for marsh species.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, San Francisco, Calif., is the contracting activity (W912P7-13-C-0007).

MTNT Energy Inc., Anchorage, Alaska, was awarded a firm-fixed-price contract with a maximum value of $9,500,000 for the installation, maintenance and renovation of new and existing electrical and communication equipment in support of deployed U.S. forces throughout Afghanistan.  Type of appropriation will be determined with each order.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-D-0014).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Raytheon Technical Services Company, LLC, Indianapolis, Ind., has been awarded a $10,031,657 fixed-price-incentive-firm contract for the Joint Miniature Munitions Bomb Rack Unit (JMM BRU).  The Contractor shall conduct a Technology Development Phase to initiate JMM BRU design activities, mature JMM BRU technologies, initiate production process development to determine the appropriate set of technologies to be integrated into a full system, and conduct prototyping in a relevant environment.  Work will be performed at Indianapolis, Ind., and is expected to be complete by July 2015.  This award is the result of a full and open competitive acquisition solicited on Federal Business Opportunities in which three offers were received.  Fiscal 2013 Research Development Test and Evaluation funds are being obligated on this award.  Air Force Life Cycle Management Center/EBMK, Eglin Air Force Base, Fla., is the contracting activity. (FA8672-13-C-0199).

Northrup Grumman Space and Mission Systems Corp., San Diego, Calif., has been awarded a $6,726,279 modification (P00075) for operational improvements on firm-fixed-price contract (FA8726-09-C-0010) to install LOW VHF antennas and Black Wideband Relay on two E-11As and two EQ-4Bs.   Work will be performed at San Diego, Calif. and OCONUS, and is expected to be completed by June 23, 2014. Fiscal 2011 missile procurement funds in the amount of $6,726,279 are being obligated on this contract.  Air Force Life Cycle Management Center/HNAK, Hanscom Air Force Base, Mass., is the contracting activity.

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Ariz., was awarded a sole-source, cost-plus-incentive-fee contract modification to contract HQ0276-13-C-0001.  The total600px-US-MissileDefenseAgency-Seal.svg value of this effort is $126,000,000, increasing the total contract value from $53,446,254 to $179,446,254.  Under this modification, the contractor will procure the material required to manufacture up to 29 SM-3 Block IB missiles.  Work will be performed in Tucson, Ariz.  with an estimated completion date of Sept. 30, 2016.  Fiscal 2013 Defense Wide Procurement funds will be used to fund this effort.  Contract funds will not expire at the end of the current fiscal year.  This is not a foreign military sales acquisition.  Missile Defense Agency, Dahlgren, Va., is the contracting activity.

Department of the ArmyARMY

Great Lakes Dredge & Dock Company LLC, Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $25,590,800 for the services in support of beach restoration project in Monmouth, N.J.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0033).

 Etcon Inc., doing business as JHL Construction, Gatesville, Texas, was awarded a firm-fixed-price, multi-year contract with a maximum value of $22,130,444 for paving services at Fort Hood, Texas.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with seven bids received.  The Army Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-13-D-0009).

Aerostar SES LLC, Anchorage, Alaska, was awarded a firm-fixed-price, multi-year contract with a maximum value of $10,000,000 for environmental remediation services.  Fiscal 2013 military construction funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Corps of Engineers, Jacksonville, Fla., is the contracting activity (W912EP-13-D-0028).

AIR FORCE

Boeing Co., Springfield, Va., has been awarded a $15,940,000 modification (P00006) for the Combat Track II (CTII) sustainment contract (FA8707-11-D-0002) for CTII356px-Seal_of_the_US_Air_Force.svg sustainment and tech refresh.  The total cumulative value of the contract is $30,310,000.   No money is being obligated at this time.  Work will be performed at Chantilly, Va., and is expected to be completed by June 25, 2016.  This is a sole-source acquisition.  The contracting activity is Air Force Life Cycle Management Center/HBBI, Hanscom Air Force Base, Mass.

600px-US-DeptOfNavy-Seal.svgNAVY

BAE San Diego Ship Repair, San Diego, Calif., is being awarded a $15,361,658 modification to previously awarded contract (N00024-10-C-4407) to exercise an option for the USS Green Bay (LPD 20) fiscal 2013 dry-docking selected restricted availability.  This option exercise is for the multi-ship, multi-option program for the LPD 17 class.  BAE San Diego Ship Repair will provide planning, repair, alteration and material support services for LPD 17class modernization.  Work will be performed in San Diego, Calif., and is expected to be completed by June 2014.  Fiscal 2013 Operations & Maintenance, Navy funding in the amount of $15,361,658 will be obligated at the time of award.  Contract funds in the amount of $15,361,658 will expire at the end of the current fiscal year.  The Southwest Regional Maintenance Center, San Diego, Calif., is the contracting activity.

The Massachusetts Institute of Technology, Cambridge, Mass., is being awarded a $10,399,592 cost-reimbursement contract for research and development in support of the biologically derived Medicines on Demand program to provide battlefield medical supply for front line military medics that is responsive to emergency settings and emergent in-theater needs. This two-year contract includes one, two-year option which, if exercised, would bring the potential value of this contract to $21,784,843.  Work will be performed in Cambridge, Mass., and work is expected to be completed June 20, 2015.  Fiscal 2013 Research, Development, Test and Evaluation funds in the amount of $10,399,592 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement (BAA 12-37), and published on the Federal Business Opportunities website, with 12 proposals received and three were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, Calif., is the contracting activity (N66001-13-C-4025).

AGVIQ LLC*, Anchorage, Alaska, is being awarded a $9,135,713 cost-reimbursement modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-12-D-7004) task order for the Remedial Action Fieldwork, Comprehensive Environmental Response, Compensation, Liability Act 1980 and Petroleum, Oil Lubricant and one year of long term monitoring at Submarine Base, New London.  After award of this modification, the total cumulative contract task order value will be $10,795,290.  Work will be performed in Groton, Conn., and is expected to be completed by April 2015.  Fiscal 2013 Environmental Restoration, Navy contract funds in the amount of $9,135,713 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Electric Boat Corp., Groton, Conn., is being awarded a $7,562,531 cost-plus-fixed-fee modification to previously awarded contract (N00024-11-C-2111) for the continued procurement and development of a Sea Sentry mast and sensor.  Work will be performed in Groton, Conn., and is scheduled to be completed by August 2017.  Fiscal 2012 and 2013 Research, Development, Test & Evaluation contract funds in the amount of $7,562,531 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding Conversion and Repair, Groton, Conn., is the contracting activity.

ARMY

Pine Bluff Sand & Gravel Co., Pine Bluff, Ark., was awarded a firm-fixed-price contract with a maximum value of $50,000,000 for maintenance and construction work along the Mississippi River.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The Army Corps of Engineers, New Orleans, La., is the contracting activity (W912P8-13-D-0007).

HEW Phelps, Austin, Texas, was awarded a firm-fixed-price contract with a maximum value of $20,620,000 for the construction of an MQ-9 Maintenance Hangar on Holloman Air Force Base, N.M.  Fiscal 2013 Military Construction funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, Albuquerque, N.M., is the contracting activity (W912PP-13-C-0019).

Great Lakes Dredge and Dock Co., Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $19,352,064 for the flood control and coastalDepartment of the Army emergency repair services along the Delaware coast.  Work will be performed in Rehoboth Beach, Del.; Bethany Beach, Del.; and Fenwick Island, Del.  Fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Philadelphia, Penn., is the contracting activity (W912BU-13-C-0025).

Megen Construction Co., Inc., Cincinnati, Ohio, was awarded a firm-fixed-price, multi-year contract with a maximum value of $14,849,000 for the construction of a Brigade Combat Team Complex on Joint Base Lewis-McChord, Wash.  Fiscal 2013 Military Construction funds are being obligated on this award.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Seattle, Wash., is the contracting activity (W912HN-11-D-0047).

FLIR Systems Inc., Wilsonville, Ore., was awarded a $14,361,776 modification (P00013) to a previously awarded firm-fixed-price, multi-year contract (W9113M-11-C-0067) for the procurement of repairs and refurbishments and logistical support for sensor components of the Legacy Rapid Aerostat Initial Deployment Base, Expeditionary Targeting and Surveillance Systems combined, Cerebus and Cerebus Lite systems that are fielded in Iraq, Afghanistan and Southeast Asia.  The cumulative total face value of this contract is $43,268,391.  Performance location and funding will be determined with each order.  The Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity.

Mission 1st Inc., Shrewsbury, N.J., was awarded a $12,350,815 modification (P00008) to a previously awarded firm-fixed-price contract (W52P1J-11-D-0009) for services in support of the Theatre Signal Command.  The cumulative total face value of this contract is $111,350,815.  Performance location and funding will be determined with each order.  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

 InSap Services Inc., Marlton, N.J., was awarded a firm-fixed-price, multi-year contract with a maximum value of $7,358,188 for the procurement of information technology services in support of the Red River Army Depot Logistic Modernization Program.  Work will be performed in Texarkana, Texas.  Fiscal 2013 Procurement funds are being obligated on this award.  Ten bids were solicited, with five bids received.  The Army Contracting Command, Texarkana, Texas, is the contracting activity (W911RQ-10-A-0007).

Mercom Inc., Pawleys Island, S.C., was awarded a firm-fixed-price contract with a maximum value of $7,278,762 for the procurement of DuraCOR 810 tactical computers that will be integrated into the OH-58D Kiowa.  A combination of fiscal 2012 and fiscal 2013 Procurement funds are being obligated on this award.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-F-0007).

Carleton Life Support Systems, Davenport, Iowa, was awarded a firm-fixed-price contract with a maximum value of $7,148,790 for the procurement of parts and equipment in support of the Apache weapon system.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0095).

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Welch Allyn, Inc., Skaneateles Falls, N.Y.,has been awarded a maximum $43,650,000 modification (P00017) exercising the fourth option year of a one year base contract (SPM2D1-09-D-8350) with nine one-year option periods and is for patient monitoring systems, subsystems, accessories, consumables, spare, repair parts, and training.  The contract is a fixed price with economic-price-adjustment contract.  Location of performance is New York with a June 23, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Fannon Petroleum Services,* Gainesville, Va.,has been awarded a maximum $43,347,362 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Virginia, Maryland, and District of Columbia with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.; (SP0600-13-D-4016).

Bominflot Atlantic,* Houston, Texas, has been awarded a maximum $41,850,000 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Texas and Virginia with a July 31, 2017 performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4008).

Ports Petroleum,* Wooster, Ohio, has been awarded a maximum $23,297,575 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Ohio, West Virginia, and Indiana with a July 31, 2017 performance completion date.  Using military services are Army, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4027).

Apex Petroleum Corp., * Largo, Md., has been awarded a maximum $21,355,328 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Locations of performance are Maryland, District of Columbia, and Virginia with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4006).

James River Solutions,* Ashland, Va., has been awarded a maximum $12,661,620 fixed price with economic-price-adjustment contract.  This contract is for fuel.  Location of performance is Virginia with a July 31, 2017 performance completion date.  Using military services are Navy and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4021).

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $7,927,049 modification (P00004) exercising the first option year period on this contract (SP0600-12-D-0459) and is for aviation fuel.  The contract is a fixed price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Texas with a November 30, 2013 performance completion date.  Using service is Israel.  Type of appropriation is fiscal  2013 Foreign Military Sales funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va.

AIR FORCE

Data Link Solutions, LLC, Cedar Rapids, Iowa, has been awarded a $38,235,386 firm-fixed-price, requirements contract for repair for Multifunctional Information Distribution System (MIDS) sustainment and establishment of in-plant MIDS support capability for non-warranty hardware to provide intermediate, depot, and second level repair capability with the 402nd Maintenance Wing (MXW) at Warner-Robins Air Logistics Center.  Work will be performed at BAE Systems in Wayne, N.J., Rockwell 356px-Seal_of_the_US_Air_Force.svgCollins in Cedar Rapids, Iowa, and the 402nd MXW at Robins Air Force Base, Ga., and is expected to be completed by June 20, 2019.  At this time, no money has been obligated at time of award.  The contracting activity is Air Force Sustainment Center/PZAB, Robins Air Force Base, Ga., (FA8539-13-D-0002).

The Mississippi Department of Rehabilitation Services, Madison, Miss., has been awarded a $29,072,700 firm-fixed-price, multi-year contract for full food services, including providing all personnel, supervision, and any items and services necessary to operate three full dining facilities, one flight kitchen, and one central preparation kitchen in support of organizational missions as needed.  Work will be performed at Keesler Air Force Base, Miss., and is expected to be completed by Sept. 30, 2017.  This award is the result of a competitive acquisition and 12 offers were received.  Fiscal 2013 Operations and Maintenance funds in the amount of $564,050 is being obligated at time of award.  The 81st  Contracting Squadron/LGCB, Keesler Air Force Base, Miss., is the contracting activity (FA3010-13-C-0005).

Exelis Inc., Clifton, N.J., has been awarded a $16,000,000 modification (P00004)that increases the current indefinite-delivery/indefinite-quantity contract (FA8650-10-D-7015) ceiling to $40,900,000 for research and development under the Integrated Demonstrations and Applications Research program to continue crucial threat assessments, technology evaluations and threat/technology model developments that support critical warfighter needs.  Work will be performed at Clifton, N. J., and is expected to be completed by Feb. 19, 2015.  Type of funds are fiscal 2013 Research and Development funds.  This is a sole-source acquisition.  Air Force Research Laboratory/RQKDB, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Alliant Techsystems Operations LLC, Clearwater, Fla., is being awarded a $20,017,724 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0009) to procure various AN/AAR-47 Missile Warning System Weapons Replaceable Assemblies.  These newly manufactured assemblies include 92 A(V)2 and 328 B(V)2 Integrated Optical Sensor Convertors; 18 A(V)2 and 99 B(V)2 Computer Processors.  Additionally, this effort will procure 240 A(V)2 to B(V)2 Integrated Optical Sensor Convertor retrofits, and 60 A(V)2 to B(V)2 Computer Processor retrofits for the U. S. Navy and Air Force assets will repair hardware to Ready For Issue condition and will cover technical and cost data submissions.  These systems are for installation on U. S. Navy, Marine Corps, and Air Force helicopters, rotorcraft and low/slow flying, fixed wing aircraft.  Additionally, these systems are for installation on aircraft platforms operated by the government of Denmark.  Work will be performed in Clearwater, Fla. (72 percent); Austin, Texas (18 percent); Netanya, Israel (2 percent); Iwata City, Japan (2 percent); Loveland, Colo. (2 percent); Northvale, N.J. (1 percent) and various locations throughout the U.S. (3 percent) and is expected to be completed in December 2015.  This contract combines purchases for the U.S. Air Force ($14,053,905; 70.2 percent); U.S. Navy ($5,201,239; 26 percent); and the government of Denmark ($762,580; 3.8 percent) under the Foreign Military Sales (FMS) Program.  Fiscal 2013 Aircraft Procurement Navy, fiscal 2011 and 2012 Aircraft Procurement Air Force and FMS funds in the amount of $20,017,724 will be obligated at the time of award, $4,117,884 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Smartronix, Inc., Hollywood, Md., is being awarded a $17,009,473 firm-fixed-price contract with cost reimbursable, contract line items, for cyber operations support.  This contract provides for program management, knowledge and information assurance management, network operations and maintenance, help desk and engineering support services at Quantico, Va., Camp Pendleton, Calif., and various Marine Corps detachments inside and outside the continental United States.  This contract contains two option periods, which if exercised, would bring the maximum dollar value to $39,989,046.  Work will be performed primarily within Quantico, Va. (78 percent); Camp Pendleton, Calif. (6 percent); Camp Lejeune, N.C. (4 percent); Okinawa, Japan (4 percent); Stuttgart, Germany (3 percent); New Orleans, La. (2 percent); Kaneohe Bay, Hawaii (1 percent); Kansas City, Mo. (1 percent); and Seoul, Korea (1 percent), with an expected completion date of June 29, 2014.  With all options exercised, the contract will continue through Nov. 29, 2015.  Fiscal 2013 Operations and Maintenance, Marine Corps funds in the amount of $17,009,473 are being obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via Federal Business Opportunities website, with four proposals received.  The Regional Contracting Office, National Capital Region, Quantico, Va., is the contracting activity (M00264-13-C-0019).

Lockheed Martin Corp., Mission Systems and Training, Moorestown, N.J., is being awarded a $6,872,082 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance and other operation and maintenance efforts required for the Aegis development and test sites, including the Combat Systems Engineering Development Site, SPY-1A Test Facility and the Naval Systems Computing Center.  This contract contains options which, if exercised, would bring the cumulative value of this contract to $304,402,466.  This contract combines purchases for the U.S. Navy (72.9 percent) and the governments of Japan (18 percent), Korea (3.2 percent), Spain (3 percent), Norway (1.8 percent) and Australia (1.1 percent) under the Foreign Military Sales program.  Work will be performed in Moorestown, N.J. (99.9 percent), and less than 0.1 percent each in Valley Forge, Pa., and Washington, D.C., and is expected to be completed by May 2018.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $6,500,518 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1).  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5132).

DOD CONTRACTS

DRS Tactical Systems Inc., Melbourne, Fla., was awarded a firm-fixed-price contract with a maximum value of $455,000,000 for the production of the Mounted Family of Computer Systems hardware for the Army Mounted Common Operating Environment.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-0054).

IMT Defense Corp., Westerville, Ohio, (W52P1J-13-D-0018); and General Dynamics Ordnance and Tactical Systems, Scranton, Penn., (W52P1J-13-D-0019); were awarded an indefinite-delivery-indefinite-quantity, firm-fixed-price, multi-year, multiple-award contract with a maximum value of $94,200,000 for the procurement of the M485A2 Projectile Metal Parts.  Performance location and type of appropriation will be determined with each order.  Three bids were solicited, with two bids received.United_States_Department_of_Defense_Seal.svg  The Army Contracting Command, Rock Island, Ill., is the contracting activity.

TCMP Health Services LLC, Springfield, Va., was awarded a firm-fixed-price contract with a maximum value of $77,392,784 for the services of behavioral health and traumatic brain injury healthcare providers for military treatment facilities located in Europe.  Performance location and type of appropriation will be determined with each order.  Seven bids were solicited, with seven bids received.  The Army Medical Command, Landstuhl, Germany, is the contracting activity (W9114F-13-D-0003).

S.M. Wilson & Co., St. Louis, Mo., was awarded a firm-fixed-price contract with a maximum value of $31,523,000 for the construction of an Army Reserve Center Training Building, organizational maintenance shop and unheated storage building on Joint Base Lewis-McChord, Wash.  A combination of fiscal 2013 military construction funds and fiscal 2013 Operations and Maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with 13 bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0017).

Iron Sword, New Windsor, N.Y., (W912PQ-13-D-0001); Verdi Construction Co., Bethel, Conn., (W912PQ-13-D-0002); Bansea, Elizabeth, N.J., (W912PQ-13-D-0003); Profex Inc., Newburgh, N.Y., (W912PQ-13-D-0004); Cornerstone, Reading, Mass., (W912PQ-13-D-0005); Cestaro & Son Plumbing, Heating and Air Conditioning, Newburgh, N.Y., (W912PQ-13-D-0006); Alares LLC, Quincy, Mass., (W912PQ-13-D-0007); United Air Conditioning, Refrigeration, Plumbing and Heating Inc., Newburgh, N.Y., (W912PQ-13-D-0008); Collette Contracting, Rutherford, N.J., (W912PQ-13-D-0009); The Cherokee Group, Newark, N.J., (W912PQ-13-D-0010); Regiment Construction, Elizabeth, N.J., (W912PQ-13-D-0011); Neelam Construction Corp., Northvale, N.J., (W912PQ-13-D-0012); Raad Construction Group LLC, Perth Amboy, N.J., (W912PQ-13-D-0013); Kallidus, Lowell, Mass., (W912PQ-13-D-0014); Coastal Environmental Group Inc., Edgewood, N.Y., (W912PQ-13-D-0015); M.C. Electrical Systems, Walden, N.Y., (W912PQ-13-D-0016); E. Amanti & Sons Inc., Salem, Mass., (W912PQ-13-D-0017); Benaka Inc., New Brunswick, N.J., (W912PQ-13-D-0018); TJB Air Conditioning LLC, Sebring, Fla., (W912PQ-13-D-0019); Nagan Construction, Inwood, N.Y., (W912PQ-13-D-0020); Puente Construction Enterprises Inc., Woodbury, N.J., (W912PQ-13-D-0021); and Ciervo & Sons Renovations Inc., Smithtown, N.Y., (W912PQ-13-D-0022); were awarded an indefinite-delivery-indefinite-quantity, firm-fixed-price, multiple-award contract with a maximum value of $20,000,000 for the sustainment, repair and maintenance and military construction projects for the National Guard at the 105th Air Wing and 106th Rescue Wing, both located in New York.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 25 bids received.  The National Guard Bureau, Latham, N.Y., is the contracting activity.

Diversified Construction of Oklahoma Inc., Edmond, Okla., was awarded a firm-fixed-price contract with a maximum value of $20,000,000 for construction services within the Army Corps of Engineers’ Tulsa District area of responsibility.  Performance location and type of appropriation will be determined with each order.  The bid was solicited through the Internet, with 32 bids received.  The Army Corps of Engineers, Tulsa, Okla., is the contracting activity (W912BV-13-D-0005).

KEPA-TCI JV LLC, Milwaukee, Wis., was awarded a firm-fixed-price contract with a maximum value of $19,101,100 for the construction of a modified large tactical equipment maintenance facility warehouse and an organizational parking area for an equipment concentration site at Fort McCoy, Wis.  A combination of fiscal 2013 military construction funds and fiscal 2013 Operations and Maintenance funds are being obligated on this award.  The bid was solicited through the Internet, with six bids received. The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0018).

Navistar Defense LLC, Lisle, Ill., was awarded an $18,222,654 modification (No. P00013), to a previously awarded firm-fixed-price contract (W56HZV-12-C-0404), to increase the obligated amount for services in support of the Mine Resistant Ambush Protected MaxxPro Survivability Upgrade.  The cumulative total value of this contract is $152,311,516.  A combination of fiscal 2011 and fiscal 2012 Procurement funds are being obligated on this award.  The Army Contracting Command, Warren, Mich., is the contracting activity.

STG Inc., Reston, Va., was awarded a $16,600,208 modification (No. P00003), to a previously awarded cost-plus-fixed-fee contract (W91RUS-13-C-0003), for information technology services and support.  The cumulative total value of this contract is $32,980,349. Work will be performed in Sierra Vista, Ariz.  Fiscal 2013 Operations and Maintenance funds are being obligated on this award.  The Army Contracting Command, Fort Huachuca, Ariz., is the contracting activity.

Raytheon Integrated Defense Systems, Andover, Mass., was awarded a $10,393,270 modification, to a previously awarded firm-fixed-price contract (W31P4Q-13-C-0016), for the procurement of Radar Digital Processor Upgrade Kits for the PATRIOT missile system.  The cumulative total value of this contract is $21,210,756.  Fiscal 2013 Procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

KEPA-TCI JV LLC, Milwaukee, Wis., was awarded a firm-fixed-price, multi-year contract with a maximum value of $9,312,998 for the construction of a central issue facility at Fort McCoy, Wis.  Fiscal 2013 Military Construction funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, Louisville, Ky., is the contracting activity (W912QR-13-C-0016).

600px-US-DeptOfNavy-Seal.svgNAVY

FLIR Systems Inc., Billerica, Mass., is being awarded a $42,657,995 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Hand Held Imager-Miniaturized Long Range (HHI-Mini LR) systems and associated support.  The HHI-Mini LR system is a miniaturized, infrared, long-range handheld system with an integrated laser range finder.  Work will be performed in Billerica, Mass., and is expected to be completed by June 2018.  Funding in the amount of $950,000 is being obligated at time of award.  Fiscal 2013 Research, Development, Test and Evaluation funds will not expire at the end of the current fiscal year.  This contract was solicited via the Navy Electronic Commerce Online website, with four offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-13-D-JQ02).

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $38,838,754 modification to a previously awarded advance acquisition contract (N00019-12-C-0009) to exercise an option for the manufacture of two Lot 10 AH-1Z build new helicopters for the U.S. Marine Corp.  Work will be performed in Fort Worth, Texas (60 percent) and Amarillo, Texas (40 percent), and is expected to be completed in September 2013.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $38,838,754 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Lockheed Martin Corp., Marietta, Ga., has been awarded a $27,922,289 indefinite-delivery/indefinite-quantity contract with provision to issue cost-plus-fixed-fee, firm-fixed-price, cost-reimbursement-no-fee contract for the sustainment of C-5 software and the software integration laboratory, engineering support, and to provide an emergency operational flight plan.  Work will be performed at Marietta, Ga., and is expected to be completed by June 20, 2016.  This award is a result of an electronic solicitation with one bidder.  The cumulative total face value for this acquisition is $27,922,289 (maximum).  Fiscal 2013-2016 Operations and Maintenance DPEM Software funds in the amount of $20,996, 565 will be obligated on task order 0001 and 0002.  Air Force Life Cycle Management Center/C-5 Galaxy Center, Robins Air force Base, Ga., is the contracting activity (FA8525-13-D-0004).

720px-US-TRICARE-Logo.svgTRICARE MANAGEMENT ACTIVITY

CORRECTION (Location change in the contracting activity from 14 June release)

Deloitte Consulting LLP, McLean, Va., is being awarded a $6,614,408 cost-plus-fixed-fee contract to provide support to the Clinical Informatics Review Division (CIRD) of the DoD/Veterans Affairs (VA) Interagency Program Office (IPO).  The contract includes an eight month base period and four one-year option periods plus a three month transition-out period.  The contractor will provide strategic health information professional and clinical services for the DoD/VA IPO.  The contractor will provide facilitation, program management, and subject matter experts using best business and industry practices in order to strengthen and improve IPO’s ability to deliver quality health information management/health information systems solutions for clinicians and other health care providers.  This contract was competitively procured with four initial offers received.  Tricare Management Activity, Contracting Operating Division, Rosslyn, Va., is the contracting activity (HT0012-13-F-0005).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237Broadcasting Board of Governors

R — VOA – News Minute BBG50-Q-13-00013 071713 Cherylynn Peters, Contracting Offier, Phone 2023827866, Email cpeters@bbg.gov – Alisa Martine, Contract Specialist, Phone 202-203-4176, Fax 202-382-7877, Email amartine@bbg.gov General Information

Document Type: Combined Synopsis/Solicitation

Solicitation Number: BBG50-Q-13-00013

Posted Date: June 28, 2013

Original Response Date: July 17, 2013

Contracting Officer Address:

Broadcasting Board of Governors (BBG)
Attn: Cherylynn Peters, Contracting Officer
Room 4032A
330 C Street, S.W.
Washington, DC 20237
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; proposals are being requested and a separate WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number BBG50-Q-13-00013 is issued as a request for proposal (RFP) for the acquisition of Broadcasting Services, in support of the Broadcasting Board of Governors (Voice of America) 330 Independence Avenue, Washington, D.C., 20237. The period of performance shall consist of a Base period of six (6) months, with one, one (1) year option period.

This acquisition is being solicited as Full and Open Competition. The associated NAICS code for this procurement is 515111. The Government intends to award a Single Firm-Fixed Price contract but reserves the right to make multiple awards as a result of this solicitation. APPLICABILITY OF FAR PROVISIONS: The incorporated provision at 52.212-1, Instructions to Offerors- Commercial Items (JUN 2008) applies. The provision at 52.212-2, Evaluation Commercial Items (JAN 1999) applies to this solicitation. Offerors must include a copy of 52.212-3 (AUG 2009) with the proposal. The Clause 52.212-4, Contract Terms and Conditions – Commercial Items (JUN 2010) applies to this solicitation. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JUL 2010), applies to the acquisition. Provision at 52.204-6, Data Universal Numbering System (DUNS Number) (APR 2008) applies. The Clause 52.204-7, Central Contractor Registration (APR 2008) 4.1104 also applies. All offers must be signed. Offers shall include: Company Name; Company Address, Tax Payer ID Number, DUNS Number, a list of three references with telephone numbers.

FAR 52.252.1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS: Documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation may result in the offer being considered unacceptable for award. Offers are due no later than 4:00 p.m. EDT on July 17, 2013 via FedEx or other mail carriers of delivery to the address shown above. FAX OR EMAIL PROPOSALS will be ACCEPTED.

ADDITIONAL INFORMATION: TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.

PAST PERFORMANCE: The offeror shall submit three (3) past performance examples of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered recent. Past performance information must include name of agency serviced or being serviced, name, telephone number and email address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance.

QUESTIONS: If the offeror is uncertain as to any requirements of the specification(s), such questions shall be directed to the Contracting Officer. Questions shall be submitted via email to cpeters@bbg.gov & amartine@bbg.gov. Questions must be received no later than 1:00 p.m. (EDT) on Friday, July 12, 2013. Questions, which are not submitted in writing or are submitted after 1:00 p.m. (EDT) on Friday, July 12, 2013, will not be addressed. Responses to the questions submitted, if/as appropriate, will be responded to via an amendment to the solicitation only, which will be posted to FEDBIZOPPS.

SPECIFICATIONS/STATEMENT OF WORK:
The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Office of Strategy and Development (OSD), is seeking one or more popular television Networks in Pakistan with nationwide coverage – terrestrial, direct-to-home satellite or cable – to broadcast a 60-second program titled, “NewsMinute.”

“Popular” is defined as any television network transmitted to mass audiences by terrestrial means, and/or by cable and/or satellite, that ranks in the top 25 networks rated by commercial ratings firm Gallup/Pakistan between the hours of 21.00 and 22.00 for the month of April, 2013.

The Network shall broadcast the program at the same fixed time five nights weekly (Monday-Friday), between the hours of 21.00 and 22.00, with the airing not varying more than two minutes from the time agreed upon,.

BBG is authorized to produce this program in any way it sees fit, so long as it does not violate the laws of Pakistan. The Network retains the right to recommend changes to the program content so that BBG may make aprogram or segment more balanced and in accordance with the laws of Pakistan.

Network shall broadcast the program in its entirety, without alteration, abridgement or excerption. However, Network shall have the right to determine whether the program is in accordance with the laws of Pakistan.

Program shall be transmitted by BBG via satellite or Internet/FTP – with technical details of the transmission to the Network(s) and feed transmission times to be mutually agreed upon.

Each party shall identify points of contact to discuss any alteration of the program‘s scheduled playback, or other technical or administrative details in advance.

Proposals shall include an estimate of the Network’s total audience at the proposed scheduled playback time expressed as the total number of adult individuals age 15+ watching the network. Such estimates shall be from a recognized commercial research firm, and Network shall provide documentation to support such estimates.

BBG reserves the right to make multiple awards; offers submitted shall be valid for 60 days from submission.

Payment from BBG shall be in arrears, net 30 days upon proper invoice.

Effective date for this procurement shall be August 1, 2013. Duration of this procurement shall be six (6) months, ending January 2, 2014, with one (1) option year period beginning January 3, 2014 and ending January 2, 2015.

A sample program is viewable at: http://youtu.be/qecEoB2yTxc

EVALUATION CRITERIA: The Offeror shall submit a proposal that delineates its technical ability and relevant expertise to perform the work described in the Statement of Work (SOW).

The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

(i) Total number of impressions for 132 airings of the “NewsMinute.” That number will be calculated using ratings data from Gallup/Pakistan for the time period of 21.00 to 22.00 for the month of April, 2013.

(ii) Past Performance – the offeror’s past performance in working with BBG’s broadcasters and in contract compliance regarding pre-emptions will be considered.

Offers will not be accepted from agents; from principals only.

Past Performance will be considered at an equal weighting to total impressions.

RELEVANT EXPERIENCE: The Offeror shall list its experience with supporting documentation.

BASIS OF AWARD: The award will be made to the vendor(s)/contractor(s) whose offer is determined to be the best overall value to the Government, price and other non-cost factors will be considered.

BASE PERIOD: August 1, 2013 to January 31, 2014. Duration of this procurement shall be six (6) months, ending January 31, 2014, with one, (1) year option period beginning February 1, 2014 and ending January 31, 2015.

Place of Performance: Contractors must have a Footprint in Pakistan PK URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-13-00013/listing.html
OutreachSystems Article Number: 130702/PROCURE/0088
Matching Key Words: broadcast*; program?; 


Department of the Air Force, Air Force Materiel Command, AFRL/RIK – Rome , 26 Electronic Parkway Rome NY 13441-4514

T — History/Timeline Wall Extension FA8751-13-Q-WALL 071813 Jenna A. Tarbania, Phone 315-330-2260, Email Jenna.Tarbania@us.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this 356px-Seal_of_the_US_Air_Force.svgnotice. This announcement constitutes the only solicitation; quotes are being requested and a writtensolicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-13-Q-WALL is issued as a request for quotation (RFQ).

For your reference a Sources Sought Notification was issued for this RFQ under FA8751-13-Q-WALL.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130626. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a total Economically Disadvantaged Women-Owned small business (EDWSOB) set aside under NAICS code 541430 and small business size standard of $7M. To be eligible for award as an EDWOSB, your firm must be registered in the WOSB Program Repository. To register, complete certification according to instructions found within Attachment No 1 and submit to the WOSB Program Repository prior to submitting the offer.

The contractor shall provide the service as described in the attached Performance Work Statement (PWS) on a firm fixed price basis (Attachment No.2).

A SITE VISIT is encouraged and will be conducted Wednesday 10 July 2013 at 10AM EST at Air Force Research Laboratory, 525 Brooks Road Rome, NY, 13441. To ensure attendance, offerors must complete the attached Site Visit Reservation Form (Attachment No. 3) and submit it to the security office (follow directions on the form). Offerors must also complete the Site Visit sign up form to notify the POC (Attachment No. 4) and submit it to the POC listed in paragraph (b) below. Both forms must be submitted by 3PM Monday 8 July. If no responses are received the Site Visit will be cancelled.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

The required period of performance is 60 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY.

The provision at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3PM EST, 3PM 18 July 2013. Submit to: AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2260 or by email to Jenna.Tarbania@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered. Technical description submittals shall include a design concept as required in paragraph 1.1 of the PWS.

(b)(10) Submit past performance information to include recent and relevant contracts for the same or similar work and other references (including contract numbers, points of contact with telephone numbers and other relevant information).

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) The Period of acceptance offers is changed from 30 calendar days to 60 calendar days.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price andtechnical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) SAM. Offeror’s must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

The provision at FAR 52.212-2, Evaluation — Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Past Performance. When combined, technical capability and past performance are approximately equal in importance to price.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications — Commercial Items, ALT I; DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 5)

The clause at 52.212-4, Contract Terms and Conditions — Commercial Items applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.219-28, Post Award Small Business Program Re-representation
52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.222-41, Service Contract Act of 1965, as Amended
52.222-42, Statement of Equivalent Rates for Federal Hires
13013 Exhibits Specialist III GS-09 23.49 + 3.81 $27.30

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.247-7023 Transportation of Supplies by Sea, Alternate III
252.247-7024 Notification of Transportation of Supplies by Sea

The following additional FAR and FAR Supplements provisions and clauses also apply:

52.232-18, Availability of Funds
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments

5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407.

5352.223-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations

The following additional terms and conditions apply:

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

Note that funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.

Set-Aside: Economically Disadvantaged Woman Owned Small Business Place of Performance: Air Force Research Laboratory 525 Brooks Road Rome, NY 13440 US URL:https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-WALL/listing.html
OutreachSystems Article Number: 130702/PROCURE/0111
Matching Key Words: writ*; copy; technical; standard; procedure?; 


Department of the Army, Army Contracting Command, MICC, MICC – West Point, MICC – West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514

69–SOURCES SOUGHT NOTICE - Educational Videos relating to substance abuse, domestic violence, date rape, co-dependancy, etc for use in psycho eductioanl150px-AMC_dui services provided to Military Members and their families. EDUCATIONAL-DVDS 071513 Vivian Malta, 845-938-8637 MICC – West Point The U.S. Military Academy at West Point is seeking sources for educational DVDs relating to substance abuse, domestic violence, co-dependency, date rape and other psycho educational services provided to Military service members and families. Specifically, we are looking for the following DVD titles:
HILL FAMILY ADDICTION.SERIES
COMING HOME FROM WAR – SERIES
SECRETS SUCCESS..RELATIONSHIPS: DVD
PSYCHOLOGY OF ADDICTION
ALCOHOLISM AND THE FAMILY DVD
MED ASPECTS OF CO-DEPENDENCY UNDERSTANDING CODEPENDENCY DVD
DATE RAPE DRUGS: U NEED TO KNOW DVD DO THE RIGHT THING WHEN NO ONE… DOMESTC VIOL & SUBST ABUSE SERIES; DUI:THE HARD TRUTH

Set-Aside: Total Small Business Place of Performance: MICC – West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY 10996-1514 US URL:https://www.fbo.gov/notices/3f07d5ea8273a1a4f8ed7fb5b0b3b067
OutreachSystems Article Number: 130702/PROCURE/0509
Matching Key Words: video*; education*; business*; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0900 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130702/PROCURE/0641
Matching Key Words: state!ky; 


Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield,peostri_org_banner_v09292010 GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130702/PROCURE/0642
Matching Key Words: state!ky; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lawence Green, 4073875537 PEO STRI Acquisition Center Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS), DRAFT Request For Proposal (RFP) Special Announcement

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

SPECIAL ANNOUNCEMENT

This announcement is in reference to the Special Operation Forces Training, Engineering and Maintenance Support II (SOFT TEAMS II) Presolicitation Conference/ Site Visit discussions that occurred on 28-29 May 2013 at Fort Campbell, KY, see Attachment 1 (Presolicitation Conference Slides). Vendors were permitted to bring up to two attendees, please see Attachment 2 (Presolicitation Conference Sign In Sheet). The Government intends to remove the requirement of the Nondisplacement of Qualified Workers Clause FAR 52.222-17 for this effort due to the fact that the Service Contract Act is not applicable to this effort. The Request for Proposal (RFP) will be tentatively released mid July 2013.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request

PEO STRI POINTS OF CONTACT:

POC
Matt Sanders, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: 407-208-3327
Email: matthew.sanders6@us.army.mil

Jeffery Brunell, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: (407) 384-5265
Email: jeff.brunell1@us.army.mil

PCO
Lovisa D. Parks, Contracting Officer
12350 Research Parkway
Orlando, FL 32826-3276
Telephone number: 407-208-3476 or 407-394-7341
E-mail: lovisa.parks@us.army.mil

Contracting Office Address:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130702/PROCURE/0643
Matching Key Words: state!ky; 


peostri_org_banner_v09292010Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) DRAFT Solicitation, Pre-Solicitation Conference and Site Visit Announcement W900KK13R0016 Lawence Green, 4073875537 PEO STRI Acquisition Center Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS), DRAFT Request For Proposal (RFP) Special Announcement

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

SPECIAL ANNOUNCEMENT

This announcement is in reference to the Special Operation Forces Training, Engineering and Maintenance Support II (SOFT TEAMS II) Presolicitation Conference/ Site Visit discussions that occurred on 28-29 May 2013 at Fort Campbell, KY, see Attachment 1 (Presolicitation Conference Slides). Vendors were permitted to bring up to two attendees, please see Attachment 2 (Presolicitation Conference Sign In Sheet). The Government intends to remove the requirement of the Nondisplacement of Qualified Workers Clause FAR 52.222-17 for this effort due to the fact that the Service Contract Act is not applicable to this effort. The Request for Proposal(RFP) will be tentatively released mid July 2013.

Please see the URL link for Attachment 1-(Presolicitation Conference Slides) and Attachment 2-(Presolicitation Conference Sign In Sheet).

https://bop.peostri.army.mil/sites/bop/SOF%20TEAMS%20II/Forms/AllItems.aspx

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request

PEO STRI POINTS OF CONTACT:

POC
Matt Sanders, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: 407-208-3327
Email: matthew.sanders6@us.army.mil

Jeffery Brunell, Contract Specialist
12350 Research Parkway
Orlando, FL 32826-3276
Phone: (407) 384-5265
Email: jeff.brunell1@us.army.mil

PCO
Lovisa D. Parks, Contracting Officer
12350 Research Parkway
Orlando, FL 32826-3276
Telephone number: 407-208-3476 or 407-394-7341
E-mail: lovisa.parks@us.army.mil

Contracting Office Address:
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

OVERVIEW

The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield, GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT

This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

DRAFT SOLICITATION / PRESOLICITATION CONFERENCE /SITE VISIT ANNOUNCEMENT

The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 29 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.

Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis on May 30th from the hours (0800 – 1900). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130702/PROCURE/0644
Matching Key Words: state!ky; 

150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–PASS-SB Questions & Answers 28 June 2013 attachment W15QKN13R0183 063013 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; andTechnical Editor, Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive proceduresutilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS-SB POCs by 30 June 2013 by 6:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/fa73f4eafc8205aaa0bd65300b95b612
OutreachSystems Article Number: 130629/PROCURE/0550
Matching Key Words: writ*; technical; standard; procedure?; 

Department of the Navy, Naval Sea Systems Command, NSLC Mechanicsburg (N65726), N65726 Naval Sea Logistics Center, Mechanicsburg PO Box 2060, 5450 Carlisle Pike Mechanicsburg, PA

U–The Naval Sea Logistics Center (NAVSEALOGCEN) requires a two (2) day Technical Writing training course to be provided at NAVSEALOGCEN, Mechanicsburg. N6572613T0110 070913 Andrew Clarke 717-605-1411 andrew.r.clarke@navy.mil The Naval Sea Logistics Center (NAVSEALOGCEN) requires a two (2)600px-US-DeptOfNavy-Seal.svg day Technical Writing training course to be provided at NAVSEALOGCEN, Mechanicsburg. The class size is being limited to fifteen (15) students.
Technical Writing
 Course – Overview of course objectives, content, and logistics. Explanation of course materials including handouts, desk guides, exercises, etc. Review the technical writing process using clear and to the point writing. Review writing process and how to increase document effectiveness. Review how to gather information efficiently and eliminate unnecessary information. Review diplomatic writing techniques and organizing technical documentation. Review technical grammar including, proper punctuation, spelling, correct grammar, clear sentences, and proof reading.
Training content will be provided in short sessions with follow-up writing exercises. Review day-to-day sample writing and complete customized writing exercises. Schedule one-to-one consultations, if requested by NAVSEALOGCEN.
Set-Aside: Total Small Business URL: https://www.fbo.gov/notices/fba03df5343915a891dbd15ec383f7d7
OutreachSystems Article Number: 130628/PROCURE/0101
Matching Key Words: writ*; technical; 


150px-AMC_duiDepartment of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–PASS-SB
Include Questions and Answers
Revise Draft PWS Sections
1.2 & 3.3 Life Cycle Logistics added
3.5.2.6 Database Admin deleted
CDRLs and Sections Renumbered W15QKN13R0183 063013 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor,Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS-SB POCs by 30 June 2013 by 6:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/65d1e61af829c7cde6b0fc459516cbc5
OutreachSystems Article Number: 130628/PROCURE/0642
Matching Key Words: writ*; technical; standard; 

Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N) Atlanta GA 30341

R — C-Print and Sign Language Interpretation Services W-3-W2-24-SC-A09-000 070313 Ricky Bankston , Contract Specialist, Phone 4043389223, Fax 4043389231, Email Ricky.Bankston@irs.gov – Brian Leo, Contract Specialist, Phone 404-338-9224, Fax 404-338-9231, Email brian.j.leo@irs.gov This is a combined600px-US-DeptOfTheTreasury-Seal.svg synopsis/solicitation for on site C-Print and Sign Language Interpretation Services in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This will be a 14 month contract with the period of performance from: July 10, 2013 to: September 30, 2014. Solicitation number W-2-W2-24-SC-A09-000 is being issued as a request for quotation.  FY13 ends September 30, 2013.  FY14 ends September 30, 2014.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-67, effective June 21, 2013.  This requirement is set-aside totally for small business concerns. The associated NAICS code and small business size standard are 541930 and 500 employees respectively. Quote Response Date:  July 03, 2013 @ 4:00p.m. Submit all quotes to the IRS Primary Point of Contact, Ricky Bankston @ Ricky.Bankston@irs.gov Item Description: See the ATTACHED for complete line item statement of work of the requirement. Final award will be based on price and experience.
Set-Aside: Total Small Business Place of Performance: Covington, KY 41011 – 3 IRS Locations Florence, KY 41042 – 3 IRS Locations Cincinnati, OH 45202 – 1 IRS Location US URL:https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/W-3-W2-24-SC-A09-000/listing.html
OutreachSystems Article Number: 130627/PROCURE/0082
Matching Key Words: state!ky; 


360px-US_Department_of_Homeland_Security_Seal.svgDepartment of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue Burlington VT 05403

R — Card Operations Services (COPs) HSSCCG-13-I-00008 070813 Erin Huizenga, Phone 802-872-4111, Fax 802-872-4601, Email erin.huizenga@dhs.gov See Attachment
Place of Performance: Corbin, KY; Lee’s Summit, MO; Lincoln, NE US URL: https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-13-I-00008/listing.html
OutreachSystems Article Number: 130627/PROCURE/0534
Matching Key Words: state!ky; 


Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan, USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010

R–Environmental Service Contract for HAZMAT Management, Water Quality and Waste Water Services, Misawa Air Base, Japan W912HV-13-R-0017190px-United_States_Army_Corps_of_Engineers_logo.svg 071513 Martha.L.Jackson, 046 407 8724 USACE District, Japan This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential firms who can perform requested services. Information will be used for preliminary planning purposes. This is not a solicitation for proposals. Potential Offerors having the skill, capabilities and personnel necessary to perform the described project are invited to submit a Capability Statement Form (see Attachment A). All responses will be used to determine the appropriate acquisition strategy for a potential solicitation forthcoming.
Pre-solicitation advertising is planned for this project in July 2013. The NAICS Code is 541620 (Environmental Consulting Services) and the duration of this project is 12 months (365 days).

The estimated cost for this project is between 25,000,000 – 50,000,000 Japanese Yen
($250,000 – $500,000 US Dollars)

The U.S. Army Engineer District – Japan anticipates issuing a Request for Proposal (RFP) and awarding an environmental service contract to provide a full range of Advisory and Assistance Services (A&AS) and deliverables in support of the 35th Civil Engineer Squadron Environmental Management Office (35 CES/CEAN) at Misawa Air Base, Japan. During the period of performance of 365 days the tasks to be accomplished shall consist of three (3) A&AS categories reflecting the specific support required at Misawa Air Base, Japan: (1) Management and Professional Services; (2) Studies, Analyses, and Evaluations; and (3) Engineering andTechnical Expertise. Consistent with the Status of Forces Agreement between the United States and Japan, only local sources in Japan will be considered under this solicitation. Local sources are entities or organizations, for example, corporations or partnerships, that are physically located in Japan and authorized (i.e., licensed, registered, etc.) to perform work in Japan, as specified below (Project Description).

PROJECT DESCRIPTION
The Contractor shall provide technical support to assist 35 CES/CEAN to manage and oversee all Hazardous Material (HAZMAT), Spill Response, Water Quality and Wastewater services. Qualified personnel to provide the required specialized services must have extensive, previous experience in working with the US Air Force’s water related and environmental compliance programs which include but, not limited to Environmental Safety and Occupational Health Compliance Assessment and Management Program (ESOHCAMP); Enterprise Environmental Safety and Occupational Health Management Information System (EESOH-MIS); Hazardous Materials Management Plan (HMMP); Spill Prevention Control and Countermeasures (SPCC) plan; Facility Response Plan (FRP); Storm Water Pollution Prevention Plan (SWPPP); Storm Water Management Plan (SWMP); Integrated Contingency Plans (ICP); Erosion and Sediment Control plan; Pretreatment plan and Risk Management Plans (RMP); and Water/Wastewater monitoring and sampling programs.

Contractor duties shall include but, not be limited to reviewing and updating base HAZMAT/Spill/Water/Wastewater plans and making remediation recommendations to the government; ensuring those plans are being implemented at the installation level; performing or overseeing site investigations, facility and equipment inspections; determining appropriate level of training for designated HAZMAT and Spills/Water personnel; conducting training for shop personnel; performing QA/QC oversight of field activities including review of other contractor’s field activities, data management and record keeping; overseeing samplings and testing,writing scopes of work to initiate surveys and updates of management plans; attending and facilitating meetings and briefs; providing status reports of ongoing projects and programs; and providing deliverables to assist the government in maintaining compliance with all the related environmental programs.

Contractor personnel must be able to work extensively with the Japan Environmental Governing Standards (JEGS) and Japanese authorities on local/regional environmental settings, parameters and procedures. Contractor shall provide professional personnel who can fluently speak and effectively communicate (verbally and in writing) technical issues in English and possess the necessary technical skills to complete the tasks assigned in a timely manner to ensure Misawa AB stays in compliance with Air Force’s, Environmental Safety, and Occupational Health Compliance Assessment and Management Program (ESOHCAMP), Spill Response, Hazardous Material, Water Quality and Wastewater Programs.

Contractor shall comply (mandatory) with the Japanese Environmental Governing Standards; Japanese national or local environmental laws and regulations; United States (U.S.) environmental laws and regulations and/or DoD policy and instructions and all other requirements of the contract.

All interested Contractors/Offerors are requested to furnish responses/comments on the questions listed in the attached Capability Statement Form. If you have no comment to a particular question, please indicate quote mark no comment quote mark in the appropriate space.

Capability Statement Form for this sources sought synopsis is not a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements and information regarding a company’s ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the areas specified herein.
Submission of the Capability Statement Forms to include any additional information (i.e., fact sheets, brochures, market materials) cannot exceed a total of 10 pages (single, one-sided). Submission of Capability Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This Sources Sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information or materials provided in response to this Sources Sought Notice and submittals will not be returned to the sender. If a solicitation is later released it will be synopsized in FedBizOps only, the FedBizOps link is: http://www.fbo.gov. Contractors are encouraged to register on FedBizOps with the NAICS code related to this posting (541620) and for other business opportunities. Once your company is registered, FedBizOps, will automatically send you e-mails related to the NAICS codes you registered your company. Respondents will not be notified of the results of the sources sought survey since this posting is strictly to gather fact-finding information for the Government’s use only.
Please send the completed Capability Statement Form (all pages) with any additional information (optional) via e-mail to Contract Specialist, Martha Jackson no later than July 15, 2013 at email address: Martha.L.Jackson.civ@usace.army.mil or commercial fax to 046-253-8749, Attention: Martha Jackson.

Place of Performance: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP 96338-5010 JP URL: https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-13-R-0017/listing.html
OutreachSystems Article Number: 130627/PROCURE/0536
Matching Key Words: writ*; technical; procedure?; 


Defense_Logistics_AgencyDefense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center 74 Washington Avenue North Battle Creek MI 49037-3092

99 — Removal, Transportation and Disposal of HW, PCBs and CGCs, and related management services SP450013S0006 072513 Cathy Keith, Phone 269-961-7008, Fax 269-961-4417, Email cathy.keith@dla.mil ;
p;
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL.

A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified 8(a) business, woman owned, HUBZone, or service disabled veteran owned small business concerns for an Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for RCRA Hazardous, State-Regulated, PCBs, CGCs and Non- Hazardous Waste Transportation and Disposal under the DLA Disposition Services Knox/Campbell/Columbus offices which covers a 4 state area (Kentucky, Tennessee, Ohio and West Virginia) with approximately 289 pickup locations, including large installations and small National Guard and military reserve installations. The scope of work includes all management, supervision, labor, engineering services, tools, materials, equipment, supplies, facilities, and transportation necessary to perform the required services including, but not limited to the following: Polychlorinated Biphenyl transformer and capacitor disposal and other PCB contaminated waste; Compressed Gas Cylinders.

Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a further set-aside acquisition in lieu of a small business only set-aside is in the Government’s best interest. The Government intends to solicit and award a Firm-Fixed Priced IDIQ Services Contract.   The NAICS Code is 562211.   The duration of the contract is anticipated to be for one (1) eighteen (18) month base period from the date of an initial contract award and will include two (2) eighteen month options. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. A response to this sources sought synopsis will not result in your firm’s name being added to a plan holder’s list to receive a copy of a solicitation.

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.

SUBMISSION REQUIREMENTS:   It is requested that interested small businesses firms matching the categories referenced above submit a brief capabilities statement package (no more than 4 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office locations(s), DUNS number and or Cage Code and statement identifying small business category and current status of the small business classification. (2) Relevant Experience within the last three years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor

The submittal package must be received at the office no later than 2:00 p.m. EST on Thursday, July 25,2013. Electronic submissions of the Statement of Capabilities Packages can be sent electronically to cathy.keith@dla.mil or scott.micklewright@dla.mil.

LATE RESPONSES WILL NOT BE ACCEPTED.

The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.

Points of contact listed may be contacted for purpose of verifying performance.

Point of Contact:   Cathy Keith, Contracting Officer, Phone 269-961-7008, Fax 269-961-4417, Email cathy .keith@dla.mil .

Place of Performance: KY/TN/OH/WV US URL: https://www.fbo.gov/spg/DLA/J3/DRMS/SP450013S0006/listing.html
OutreachSystems Article Number: 130627/PROCURE/0571
Matching Key Words: state!ky; 

Department of the Interior, National Park Service, NPS – All Offices, 1113 W. Aurora rd, Sagamore Hills, OH 44067

T--Production of Network Videos 40091760 062813 Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as 600px-US-DeptOfTheInterior-Seal.svgsupplemented with additional information included in this notice.The solicitation number is 40091760 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 512110 with a small business size standard of $29.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on http://www.FedBid.com will start on the date this solicitation is posted and will end on 2013-06-28 16:30:00.0 Eastern Time or as otherwise displayed at http://www.FedBid.com.FOB Destination shall be Ashland, WI 54806 Set-Aside: Total Small Business Place of Performance: Ashland, WI 54806 54806 US URL: https://www.fbo.gov/spg/DOI/NPS/APC-IS/40091760/listing.html
OutreachSystems Article Number: 130625/PROCURE/0080
Matching Key Words: video*; produc*; business*; production?; commercial?; naics!512110; 

160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — Ballistic Protection H92244-13-T-0244 072213 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-0809, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation for CommercialItems in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0244, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 1 Apr’13.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Pistol Range Knife Edges – See Section C for Statement of Work Qty – 10 ea

CLIN 0002 Rifle Range Knife Edges – See Section C for Statement of Work Qty – 40 ea

CLIN 1001 Pistol Range Knife Edges – See Section C for Statement of Work Qty – 10 ea
Option Subject to FAR 52.232-18 Availability of Funds (Apr 1984)

CLIN 1002 Pistol Range Knife Edges – See Section C for Statement of Work Qty – 10 ea
Option Subject to FAR 52.232-18 Availability of Funds (Apr 1984)

CLIN 1003 Pistol Range Knife Edges – See Section C for Statement of Work Qty – 10 ea
Option Subject to FAR 52.232-18 Availability of Funds (Apr 1984)

CLIN 2001 Rifle Range Knife Edges – See Section C for Statement of Work Qty – 20 ea
Option Subject to FAR 52.232-18 Availability of Funds (Apr 1984)

CLIN 2002 Rifle Range Knife Edges – See Section C for Statement of Work Qty – 20 ea
Option Subject to FAR 52.232-18 Availability of Funds (Apr 1984)

CLIN 2003 Rifle Range Knife Edges – See Section C for Statement of Work Qty – 20 ea
Option Subject to FAR 52.232-18 Availability of Funds (Apr 1984)

F O B Destination

Site visit is scheduled on 1 Jul’13 at 10:00 a.m. Interested parties must submit their name, company name, social security number, date of birth, place of birth, and race by 26 Jun’13 at 1 pm. EST to Jo Ocampo via email at josephine.ocampo@vb.socom.mil, please call me back at 757-862-9470 to confirm receipt of your visitor request information.

Section C Statement of Work
Please see attached Ballistic Protection Statement of Work

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jan 2013
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-1 Site Visit Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Oct 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) 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 following factors shall be used to evaluate offers in descending order of importance

(i) Technical – Offeror shall provide a full technical proposal with drawings to demonstrate that the items being proposed meet the requirements identified in Section C Statement of Work.

(ii) Past Performance – Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(iii) Price -All line items will be reviewed for price reasonableness.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Feb 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.232-18 Availability of Funds (APR 1984)
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil

Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 22 Jul’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 862-9470 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 Regulus Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0244/listing.html
OutreachSystems Article Number: 130622/PROCURE/0383
Matching Key Words: film?; produc*; you; website; site?; business*; event?; instruct*; commercial?; 


Department of Veterans Affairs, VA Technology Acquisition Center, VA Technology Acquisition Center, Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724

U–FY13 VA-13-0001434 Student Veteran Education and Employment Programming and Personnel (SVEEPP)” VA11813I0417 Michael Palutis Contract Specialist 732-440-9686 michael.palutis@va.gov This Request for Information (RFI) is for information and planning purposes only and does not constitute a solicitationVA nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified contractors, who are able to meet VA’s requirements for the Student Veteran Education and Employment Programming Personnel (SVEEPP).
VA requires a comprehensive program, inclusive of multiple services, that will improve veterans’ transitions from the military, through post-secondary education, and into gainful employment. As a part of the developmental process, the program will be temporarily implemented for a short-term pilot period that will not exceed 12 months. The pilot phase will allow the contractor to evaluate program effectiveness and make subsequent revisions based on stakeholder feedback. Once such changes are completed, the resulting program will serve as the model for possible larger dissemination to other post-secondary educational institutions. Services beyond the pilot period will not be funded as part of this contract. The project supports the missions of several entities. The Veterans Benefits Administration: Vocational Rehabilitation and Employment (VR&E) aims to assist Veterans with service-connected disabilities in two major life areas: education and employment. The Veterans Health Administration aims to improve the long-term health and wellness of all Veterans. Post-secondary institutions across the nation aim to provide students quality education and preparation for post-graduation employment. The Contractor shall also provide sufficient program management services to manage and deliver service levels that minimize solution deliver times, costs and problems and consistently deliver quality products to meet business requirements.
If interested, please submit a Capabilities Statement, limited to 15 pages for your company, your teammates and or subcontractors and also denote the business size for North American Industry Classification System (NAICS) Code 611710. Also, please indicate if you, your teammates and/or subcontractors are a service-disabled Veteran- owned small business or a Veteran-owned small business. The Draft PWS is attached.
Responses should also address the following questions:
1) Please describe your current capability in managing projects of similar scale and complexity as that outlined in the PWS. Please include a listing of projects of comparable scale and complexity that your company has previously managed, and any contact information of references associated with these projects, websites describing these projects, and/or documents identifying your company as the provider project management for these projects.
2) Please describe your company’s current qualifications in the specific subject matter addressed by this project (e.g. military/veteran culture, couple and family issues and interventions specific to a veteran population, career development specific to a military population, employer development specific to a veteran population).
3) Please list your qualifications and experience with regard to scientific and/or technical writing (e.g. published, peer-reviewed scientific works or published technical manuals used in the facilitation of educational workshops and/or seminars). Please also provide a sample of one such publication. Any evidence of the effectiveness of these materials is also greatly appreciated.
4) Please describe your company’s current capabilities associated with designing an evaluation process capable of capturing project metrics specified in the provided metrics document. Please also address your company’s current qualifications for/experience with collecting and analyzing the necessary data associated with this project. Please provide as much detail on methodology as possible, and any information on past performance in this area would also be appreciated.
5) Based on your review of the PWS, what is your rough order of magnitude of the effort?
Responses are requested no later than 3PM EST on May 28, 2013, via e-mail to michael.palutis@va.gov.
URL: https://www.fbo.gov/notices/b880663e3a7b75c60ca51e1dd359b5f0
OutreachSystems Article Number: 130622/PROCURE/0411
Matching Key Words: writ*; technical; 

600px-US-DeptOfNavy-Seal.svgDepartment of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, SPECIALTY CONTRACTS CORE PPV, N62473 NAVFAC SOUTHWEST, SPECIALTY CONTRACTS CORE PPV CODE RAQ3 1220 Pacific Highway San Diego, CA

R–Program Management, Planning, Project Management, Construction Management and Technical Support NAVFAC Southwest, San Diego, California N6247313R2618 Khay Esguerra 619-532-4461 Richard Lovering, 619-532-1219. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to publicize the 8(a) set-aside competitive award of contract support services for Naval Facilities Engineering Command Southwest (NAVFAC SW). The general scope of this requirement is to provide assistance to the Government for program management, project management, planning, design, scheduling, cost estimating, and construction management for projects to support the Navy, Marine Corps, and Air Force clients within the NAVFAC SW Area of Responsibility (AOR) (California, Arizona, Utah, New Mexico, Nevada, and Colorado), as described in the attached Performance Work Statement (PWS).
There will be thirteen different types of positions: Design Manager Contractor Support, Project Manager Contractor Support, Planning and Engineering Contractor Support, Planning and Engineering Technician Contractor Support, Planner Contractor Support, Construction Manager Contractor Support, Engineering Technician Contractor Support, Field Support Contractor Support, NEPA Specialist Contractor Support, Environmental Compliance Specialist Contractor Support, Natural Resource Specialist Contractor Support, Hazardous Waste Program Manager Contractor Support, Environmental Protection Specialist Contractor Support, and Technical Specifications Writer Contractor Support. This procurement is limited to qualifying SBA 8(a) firms.
The Government will not consider offers from other than 8(a) firms. The procurement method will be contracting by negotiation. The North American Industry Classification System (NAICS) Code is 561320, Temporary Services with a Small Business Size Standard of $22.5 million. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. The anticipated period of performance is for a base and three (3) option periods, for a total of 36 months. The base period is planned as one month and the option periods approximately one year each. This contract will replace contracts for similar services awarded from 2008 through the present for approximately $10 million per year.
Information about the current contracts and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. All pre-award activities will be processed through NECO. The solicitation number is N62473-13-R-2618. The estimated solicitation date is July 8, 2013. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. The main POC for this requirement is Khay Esguerra at kennette.esguerra@navy.mil.
Set-Aside: Competitive 8(a) URL: https://www.fbo.gov/spg/DON/NAVFAC/N68711AE/N6247313R2618/listing.html
OutreachSystems Article Number: 130621/PROCURE/0080
Matching Key Words: writ*; technical; standard; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521

69 — BREACH PANELS H92240-13-T-TC13 062813 Patricia Cresswell, Phone 757-763-2440, Fax 757-462-2434, Email trisha.cresswell@navsoc.socom.mil This is a160px-Special_Operations_Specops_Army.svg combined synopsis solicitation for commercialitems 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. Solicitation H92240-13-T-TC13 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.
The associated NAICS code is 327390 and the Small Business Size Standard is 500.

This requirement is 100% set aside for small business.

Only written questions regarding this announcement will be accepted.

All questions regarding this solicitation shall be submitted electronically to Trisha Cresswell, email:  trisha.cresswell@navsoc.socom.mil no later than June 21, 2013 at 12:00pm Eastern time to provide adequate time to prepare a response.  Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.

This contract will consist of a base requirement with two (2) option years. The Government will pick-up breach panels within a twenty (20) mile radius of Ft. Chaffee, AK 72905.  Outside this radius quote FOB destination.

CLIN 1001: 36 each: Breach Panel: Specification: 7′ x 7′ x 3.50″ thick with 4,000 psi concrete with a smooth finish on both sides. There will be a &frac34;” chamfered edge all the way around the outside of the wall on both sides, the center will be free of all metal approximately 3.5′ square. There is a cage fabricated from #4 rebar and two pieces of 6 x 6 w1.4 x w1.4 welded wire fabric tied or welded to the rebar, there is two pieces of #4 rebar down each side, two pieces across the bottom and two pieces across the top all evenly spaced with a piece centered top and bottom to keep the rebar from distorting. A diagram of the rebar/welded wire fabric is being provided (attachment) with the total outside dimensions being 6’6″ square. In the center top of the wall will be one (1) 3/8 wire rope lifting loop to extend 6″above the outside edge and will have a pre-engineered rating of 4,000lb or greater, this loop will be tied back to the inner part of the rebar/wire cage and embedded in concrete.

The concrete plant must be NPCA certified.  Provide copy of certification with  quote.

CLIN 2001 (option): 36 each: 7′ x 7′x 3.50″ thick concrete reinforced breach panels: description same as above; Delivery to be determined in year 2014.

CLIN 3001: (option): 36 each: 7′ x 7′x 3.50″ thick concrete reinforced breach panels; description same as above.  Delivery to be determined in year 2015.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 01 Apr 2013.

NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)

DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)

DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation under Any Federal or State Law (MAR 2012)

Note that you must be registered in System for Award Management (SAM) to be considered for the award. Registration is free and can be completed online at http://www.sam.gov 

Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov 

The above registrations can be completed through the System for Award Management (SAM) at www.sam.gov 

The System for Award Management (SAM) is a FREE web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

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 based on the lowest priced technically acceptable proposal.

The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors - Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions – Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18  Availability of Funds
FAR 52.232-33  Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.243-1 – Changes — Fixed-Price
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses

FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)

FAR 52.217-9:  Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days.  The preliminary notice does not commit the Government to an extension.

FAR 52.217-6 — Option for Increased Quantity (Mar 1989)
The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
(End of Clause)

DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications

SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer.

SOFAR 5652.233-9000 Independent Review of Agency Protest

Quotations are due no later than 28 June 2013 at 12:00 pm Eastern time. Email: trisha.cresswell@navsoc.socom.mil; or fax 757-462-2434.

Set-Aside: Total Small Business Place of Performance: Ft Chaffee Bldg 2516 FT Chaffee, AR 72905 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-TC13/listing.html
OutreachSystems Article Number: 130621/PROCURE/0495
Matching Key Words: film?; produc*; you; website; web; site?; business*; instruct*; commercial?; 


160px-Special_Operations_Specops_Army.svgOther Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

99 — Spill and Heat Protection Supplies H92244-13-T-0243 062813 Josephine Ocampo, Phone 757-862-9470, Fax 757-862-0809, Email josephine.ocampo@vb.socom.mil This is a combined synopsis/solicitation forCommercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0243, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 01 Apr’13.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

Brand name or equal item, for equal item/s please provide specifications along with your quote in order to be considered for award

CLIN 0001 Various Spill Mitigation and Heat Protection Supplies – See Section C for Extended Description and Specifications Qty – 1 lot

F O B Destination

Section C Specifications
Please see attached Extended Description and Specifications for Spill Mitigation and Heat Protection Supplies.

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jan 2012
FAR 52.203-3 Gratuities Apr 1984
FAR 52.204-99 System for Award Management Registration (Deviation) Aug 2012
FAR 52.211-6 Brand Name or Equal Aug 1999
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Jan 2013
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law – Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
FAR 52.233-1 Alt I Disputes – Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Changes – Fixed Price Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.211-7003 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2012
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jun 2012
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Jun 2012
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) 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 following factors shall be used to evaluate offers in descending order of importance Technical capability and price. Government will award this contract based on best value to the government.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) – Alternate 1 Dec 2012
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.

(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil

Quotes must be received no later than 09:00 AM. Eastern Standard Time (EST) on 28 Jun’13. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Set-Aside: Total Small Business Place of Performance: 1636 Regulus Ave Virginia Beach , VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0243/listing.html
OutreachSystems Article Number: 130621/PROCURE/0581
Matching Key Words: film?; produc*; you; website; business*; event?; instruct*; commercial?; 


Department of the Army, Army Contracting Command, ACC – New Jersey, ACC – New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000

R–Programs and Systems Support-Small Business (PASS-SB)

Include PASS-SB Questions and Answers 20 June 2013 attachment to address
industry questions to date. W15QKN-13-R-0183 062713 Julie Cameron, 609-562-7026 ACC – New Jersey The U.S. Army Contracting Command (ACC)-New Jersey located150px-AMC_dui at Fort Dix, NJ 08640, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office (CBO), intends to procure Programs and Systems Support-Small Business (PASS-SB) services to include the Department of Defense (DoD) Decision Support System that ensures effective interaction between Joint Capabilities Integration and Development System (JCIDS), the Acquisition System, and Planning, Programming, Budgeting, and Execution (PPBE) processes. The CBO supports all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners, United States Coast Guard (USCG) and the National Aeronautics and Space Administration (NASA). CBO facilitates lessons learned across the DoD and its partners, USCG, and NASA and provides acquisition, implementation, and sustainment product/services for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities (including Medical) and their partners. Services will provide for total integrated life cycle management activities for Project, Program and Portfolio (PPP) Management; Business, Cost Estimating and Financial Management; Systems Engineering; Business Analytics; Information Technology; Facilitation, Education and Training; and Technical Editor,Writing and Illustration including efforts required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve top-down performance driven outcomes for all DoD Commands, Agencies, Field Activities, all other organizational DoD entities, including Medical, and their partners for both CONUS / OCONUS sites. Foreign Military Sales (FMS) services are also included. Place of performance will vary for each Task Order (TO) to include all DoD and partnering sites, both CONUS and OCONUS.

This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. Solicitation Number W15QKN-13-R-0183 has been assigned for informational and planning purposes. All information submitted to the below referenced points of contacts (POCs) must reference the solicitation number.

It is anticipated that the Government will award approximately ten Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contracts (MACs). This requirement will be met through full and open competitive procedures utilizing the best value tradeoff process in accordance with Federal Acquisition Regulation (FAR) Part 15. Once the basic IDIQ MACs have been awarded, fair opportunity for each requirement/order will be provided to all MAC holders IAW FAR 16.505(b). Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP), Cost Plus Fixed Fee and Cost Reimbursement (no fee) basis. The anticipated period of performance for this effort shall be a twelve month base period and four-twelve month ordering periods. The proposed acquisition will commence on/about 31 December 2013. The highest security levels that may be required by the Prime Contractor to perform on individual TOs under this contract are a TOP SECRET Facility Clearance with a TOP SECRET safeguarding capability. All Labor Categories shall require up to a TOP SECRET Security clearance. For purposes of capability statement submissions, clearance levels are to be documented on the attached Personnel Availability Table. The security requirements for the basic contract will be defined in the DD Form 254 of the solicitation/contract. Each individual TO will be issued a separate DD 254 identifying the specific security requirements for the Task Order.

This is a Small Business Sources Sought notice. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business concerns that are qualified as a small business concern under the NAICS 541330, with a size standard of $35.5M are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

In addition to this effort that is set aside for small businesses, the NAVAIR 6.8 CBO intends to procure an unrestricted IDIQ contract entitled quote mark PASS quote mark in conjunction with PASS-SB. The similar PWS’ are differentiated by task areas. All potential acquisition requirements will be assessed for placement under the PASS or PASS-SB MAC vehicles. Task Order placement procedures will be executed in accordance with FAR 16.505, and will be contained in the PASS and PASS-SB solicitations and resulting contracts. Some factors that will be considered for TO placement may include, but not be limited to estimated dollar amounts, contract types, complexity of the effort (services involving major weapons systems; aircraft systems, system/software integration efforts, etc.), number of personnel (full-time equivalents), level of integration, and/or multiple CONUS/OCONUS locations.

Please submit capability statements (no more than 12 pages in length, Times New Roman 12 point font minimum, excluding the attached Personnel Availability Table) demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) entitled Programs and Systems Support-Small Business (PASS-SB), dated 6 June 2013. This documentation must address, at a minimum, the following:

(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 certification and current business size status under associated NAICS codes.

(2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of the specific task areas in the referenced contract as it relates to the services described in the PASS-SB PWS.

(3) Describe experience and capabilities in regards to your company’s ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the attached Personnel Availability table should be completed to demonstrate the ability to staff this effort. Information within this table should be completed for each available candidate. A minimum of three candidates should be presented for each major PWS task area(s).

NOTE: It is anticipated that an Industry Day will be held in the July 2013 timeframe for both the PASS and PASS SB potential acquisitions. Any information regarding the PASS and PASS SB Industry Day, comments, questions, etc. will be posted to Army Single Face to Industry/Federal Business Opportunities Page (ASFI/FEDBIZOPPS), and it is recommended that all Contractors continuously monitor the website. In addition, a list of all respondents to the sources sought notice/market research will be provided and posted on the FEDBIZOPPS so that potential offerors may consider subcontracting possibilities, teaming arrangements, and/or joint ventures.

Contractors are advised that the Office of the Under Secretary of Defense has issued a Class Deviation 2012-O0012, dated 31 July 2012, for limitation on amounts available for contracted services. The deviation implements the Deputy Secretary of Defense memorandum quote mark Guidance for Limitation on Aggregate Annual Amount Available for Contracted Services quote mark dated 03 June 2012, and paragraphs (c)(1) and (c)(2) of section 808 of the National Defense Authorization Act for Fiscal Year 2012. Section 808 limits the amount of funds the Department may obligate for contract services in Fiscal Years (FYs) 2012 and 2013. This class deviation is currently in effect for FY 2013; however, potential offerors are cautioned that this policy may be updated to include FY 2014 and beyond.

Additionally, Contractors are further advised that the Commander, Naval Air Systems Command has issued policy and guidance for Knowledge Based Services (KBS) and Logistics Management Services (LMS) contracting. NAVAIR has focused upon KBS and LMS type service contracting and has outlined tripwires as tools to improve visibility and ensure accountability. NAVAIR has determined that there are six functional areas that are primarily utilized in KBS and LMS acquisitions: program management, engineering, information technology, logistics, business, and administrative. The fully burdened functional area labor rate tripwires are attached to this notice. Contractors are advised that these fully burdened labor rate tripwires are for NAVAIR requirements only and that approval must be obtained by NAVAIR to exceed the tripwire rates.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing Requests For Information responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the Government will make no commitment to include any particular recommendations. Respondents to this Sources Sought Notice will not be notified of the results of the review.

Contractors are responsible for all costs for submitting their capability packages. The PASS-SB requirements and acquisition strategy as stated in this notice may be subject to change as the acquisition evolves. The POCs for this PASS-SB requirement are the Contracting Officer, Torrence Trappier at Torrence.trappier.civ@mail.mil (609-562-6486), and the Contract Specialist, Julie Cameron at julie.a.cameron.civ@mail.mil (609-562-7026). All capability packages and PWS information/comments from Industry ON THE PASS-SB ACQUISITIION ONLY must be electronically submitted to the PASS POCs by 27 June 2013 by 1:00 PM EST. Contractors are advised that the information submitted to the POCS must be UNCLASSIFIED responses to this notice.
Set-Aside: Total Small Business Place of Performance: ACC – New Jersey 5418 South Scott Plaza Fort Dix NJ 08640 US URL: https://www.fbo.gov/notices/47dbb5b4e0d8f34362b131943b3d366b
OutreachSystems Article Number: 130621/PROCURE/0711
Matching Key Words: writ*; technical; standard; 


US-DeptOfEducation-Seal.svgDepartment of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor Washington DC 20202

R — Vendor Collaboration – The National Assessment of Educational Progress (NAEP) Logistics and Program Support Services ED-IES-13-R-0040 Scott Frankel, Contract Specialist, Phone 2022456822, Fax 2022456297, Email Scott.Frankel@ed.gov – Michele E. Moore, Contracting Officer, Phone 2022456194, Fax 2022456297, Email Michele.Moore@ed.gov ;Thp;The U.S. Department of Education (Department) is hosting a Vendor Communication Webinar Event to provide pertinent details regarding The National Assessment of Educational Progress (NAEP) Logistics and Program Support Services on behalf of the Departments’ Institute for Education Sciences (IES), National Center for Education Statistics (NCES).
The Department’s intent is to host a Webinar in which interested parties and potential offerors can obtain key information on the requirement to allow for a robust understanding of the respective requirement in its entirety, and to obtain valuable feedback from industry.

The date and time of this Webinar are 1:00-2:00pm, ET on July 2, 1013.

A brief overview of the requirement is provided below.
The Department intends to solicit and negotiate an Indefinite Quantity/Indefinite Delivery (IDIQ) contract to a single, successful offeror. The IDIQ contract will have fixed-price task orders. Funding will be provided as task orders are issued. This requirement is 100% set-aside for small businesses, under the authority of FAR 19.7.The purpose of this requirement is to obtain program support and services to facilitate planning, reporting and tracking of publications, coordinating support for program and policy issues related to NAEP in areas such as technical meetings, securing external experts to address specific issues (e.g., task forces on increasing student participation, item review, report production); managing standing and ad hoc experts needed to support the next generation of NAEP assessments (panels of principals and teachers, as well as panels of technology specialists to support on-line assessments, and panels of content and policy specialists in areas such as readiness and improving school and student participation.

• Logistical support covers a range of activities and services required for the successful implementation of meetings, conferences, and/or events. Support shall include, but not be limited to, providing pre-/onsite/post-meeting support; developing work plans; selecting venues and negotiating contracts for vendor services; preparing agendas; preparing and sending letters of invitation, confirming participation; assembling, preparing, copying, and distributing meeting and conference materials; providing online meeting registration (if requested); making travel arrangements for sponsored guests, including lodging and per diem; issuing honoraria; processing/reimbursing travel expenses for non-federal meeting participants; arranging for and securing audiovisual and 508 compliant services; note-taking, reporting, and transcription services (if requested); and preparing detailed written meeting summaries (if requested).

• Program Support Services shall include but not be limited to providing the Assessment Division (AD) with on-site support in the management and coordination of all publications/reports and data products needed to respond in a timely fashion to external requests. Program support will include the writing of original text for briefing papers, short reports and the review and editing of source documents and reports from internal and external sources to National Center for Education Statistics (NCES) and providing feedback to the Assessment Division.

The draft Performance Work Statement (PWS) is included with this notice. The Department encourages comments and feedback from capable and interested vendors to the draft PWS, including comments and feedback to improve the scope of work, proposed methodology, and recommend possible contract arrangements for consideration.

Set-Aside: Total Small Business Place of Performance: 550 12th Street, SW 7th Floor Washington, DC 20202 US URL: https://www.fbo.gov/spg/ED/OCFO/CPO/ED-IES-13-R-0040/listing.html
OutreachSystems Article Number: 130621/PROCURE/0718
Matching Key Words: audiovisual; produc*; serv*; 

FedBizOpps – Special Notes

Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276

69–Special Announcement for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) for Pre-Solicitation Conference W900KK13R0016 Lovisa Parks, 407-208-3476 PEO STRI Acquisition Center OVERVIEW
The SOF TEAMS II contract will support the 160th Special Operations Aviation Regiment (SOAR) located at Ft. Campbell, KY and its tenant units at Hunter Army Airfield,peostri_org_banner_v09292010 GA and Fort Lewis, WA. This support will comprise concurrency, technical refresh, sustainment, obsolescence, modernization and manufacturing efforts to the fielded Special Operations Aviation suite of Training Aids, Devices, Simulators and Simulations (TADSS) to include but not limited to:

Combat Mission Simulators (CMS)
Desk Top Trainer (DTT)
Battle Staff Training System (BSTS)
Exercise Management Control (EMC)
Mission Rehearsal Operations Center (MROC)
Storage Area Network (SAN)

NOTICE OF INTENT
This effort will be solicited as a 100% small-business-set-aside under NAICS Code 541330, with a size standard of $35,500,000. The resultant SOF TEAMS II contract will be a 5 year (Base year plus four option years) standalone C-Type contract. Per this decision, any firm desiring to participate as a prime contractor in this solicitation must be a recognized as Small Business Concern under NAICS Code 541330, in accordance with FAR 19.301. For those interested Small Businesses, please familiarize yourself, if you have not already, with the Limitations on Subcontracting requirements under FAR 52.219-14.

PRESOLICITATION/SITE VISIT ANNOUNCEMENT
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) will be conducting a Presolicitation Conference and Site Visit for the Special Operations Forces Training, Engineering and Maintenance Support II (SOF TEAMS) solicitation. These events will be held together at the 160th Special Operations Aviation Regiment (Airborne) (SOAR(A)) facilities located at Fort Campbell, KY from 28 to 30 May 2013. Vendors interested in attending this joint event are requested to respond no later than 1400 hours (EST) on Tuesday, Monday 13 May 2013.

Due to the security restrictions associated with the location of this event, only a limited number of persons can attend. As such, the Government requests that only those vendors with realistic intent to bid either as a Prime of a Subcontractor respond. At the close of this announcement on 13 May 2013, the Government will evaluate the number of responses to determine if there is to be further attendance restrictions. The Government will notify ONLY those vendors who responded to this announcement and will provide further specifics regarding the schedule of events. The current intent is to allow two (2) persons from each vendor to attend, however; this number may change in order to accommodate the level of interest. If there is a change in the number of allowable attendees, the Government reserves the right to enact further restrictions in order to accommodate the event limitations.
Attached to this notice is the 160th SOAR(A) Standard Operating Procedures (SOP) for gaining access to the facility. Each interested vendor MUST thoroughly review and comply with the requirements stipulated in this document and provide, as part of its response to this announcement. All responses shall be submitted via email to the PEO STRI Point of Contact (POC) listed below.

Additionally, a completed Simulation Facility Site Visit Form (Attachment 1 to the SOP document) must be filled out by each individual planning to attend. This form must be emailed along with the response to the PEO STRI POC and the appropriate 160th SOAR(A) POC identified at the bottom of the form. All Personally Identifiable Information disclosed shall be handled in accordance with The Privacy Act of 1974.

As part of this response vendors must request if they would like a one-on-one session with the Government to discuss specifics generated from the SOF TEAMS II draft solicitation and requirements documentation attached as part of this special announcement. All interested vendors are encouraged to attend and may request a one-on-one session and will be schedule on a first-come-first-serve basis for either May 29th or May 30th from the hours (0830 – 1700). One-On-One Sessions will not exceed 45 minute in length.

If a One-On-One Session is requested, then a vendor/team may not exceed the number allowable for the Presolicitation Conference. If teaming arrangements have been made and the team wishes to consolidate its One-On-One Sessions, they may do so but will not be allowed more than the 45 minute time period. Attendees must be US Citizens or permanent resident aliens.

DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request.

PEO STRI POINTS OF CONTACT:

Jeff Brunell
Contracts Specialist
Jeff.brunell1@us.army.mil

Lovisa Parks
Procurement Contracting Officer
lovisa.parks@us.army.mil

Matthew Sanders
Contract Specialist
matthew.sanders6@us.army.mil

URL: https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0016/listing.html
OutreachSystems Article Number: 130702/SPECIAL/0929
Matching Key Words: state!ky; 

US-DeptOfEducation-Seal.svgDepartment of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor Washington DC 20202

R — Vendor Collaboration – The National Assessment of Education Progress (NAEP) Logistics and Program Support Services ED-IES-13-R-0040 Scott Frankel, Contract Specialist, Phone 2022456822, Fax 2022456297, Email Scott.Frankel@ed.gov – Michele E. Moore, Contracting Officer, Phone 2022456194, Fax 2022456297, Email Michele.Moore@ed.gov The U.S. Department of Education (Department) is hosting a Vendor Communication Webinar Event to provide pertinent details regarding The National Assessment of Educational Progress (NAEP) Logistics and Program Support Services on behalf of the Departments’ Institute for Education Sciences (IES), National Center for Education Statistics (NCES).
The Department’s intent is to host a Webinar in which interested parties and potential offerors can obtain key information on the requirement to allow for a robust understanding of the respective requirement in its entirety, and to obtain valuable feedback from industry.
The date and time of this Webinar are 1:00-2:00pm, ET on July 2, 1013. A brief overview of the requirement is provided below.
The Department intends to solicit and negotiate an Indefinite Quantity/Indefinite Delivery (IDIQ) contract to a single, successful offeror. The IDIQ contract will have fixed-price task orders. Funding will be provided as task orders are issued. This requirement is 100% set-aside for small businesses, under the authority of FAR 19.7.The purpose of this requirement is to obtain program support and services to facilitate planning, reporting and tracking of publications, coordinating support for program and policy issues related to NAEP in areas such as technical meetings, securing external experts to address specific issues (e.g., task forces on increasing student participation, item review, report production); managing standing and ad hoc experts needed to support the next generation of NAEP assessments (panels of principals and teachers, as well as panels of technology specialists to support on-line assessments, and panels of content and policy specialists in areas such as readiness and improving school and student participation.
• Logistical support covers a range of activities and services required for the successful implementation of meetings, conferences, and/or events. Support shall include, but not be limited to, providing pre-/onsite/post-meeting support; developing work plans; selecting venues and negotiating contracts for vendor services; preparing agendas; preparing and sending letters of invitation, confirming participation; assembling, preparing, copying, and distributing meeting and conference materials; providing online meeting registration (if requested); making travel arrangements for sponsored guests, including lodging and per diem; issuing honoraria; processing/reimbursing travel expenses for non-federal meeting participants; arranging for and securing audiovisual and 508 compliant services; note-taking, reporting, and transcription services (if requested); and preparing detailed written meeting summaries (if requested).
• Program Support Services shall include but not be limited to providing the Assessment Division (AD) with on-site support in the management and coordination of all publications/reports and data products needed to respond in a timely fashion to external requests. Program support will include the writing of original text for briefing papers, short reports and the review and editing of source documents and reports from internal and external sources to National Center for Education Statistics (NCES) and providing feedback to the Assessment Division.
The draft Performance Work Statement (PWS) is included with this notice. The Department encourages comments and feedback from capable and interested vendors to the draft PWS, including comments and feedback to improve the scope of work, proposed methodology, and recommend possible contract arrangements for consideration.
Set-Aside: Total Small Business Place of Performance: 550 12th Street, SW 7th Floor Washington, DC 20202 US URL: https://www.fbo.gov/spg/ED/OCFO/CPO/ED-IES-13-R-0040/listing.html
OutreachSystems Article Number: 130621/SPECIAL/1093
Matching Key Words: audiovisual; produc*; serv*; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary Beth Hudson 817-850-8129 ; Drue Norman 817-850-8387 GS07F304AA140px-US-GeneralServicesAdministration-Logo.svg $500,000 062613 541 4B LISA K. WITT 5353 WYOMING BLVD NE STE C ALBUQUERQUE NM USA 87109-3132 No Description Provided
URL: https://www.fbo.gov/notices/48311ddb64d32bb7932b2f5bc8109e58
OutreachSystems Article Number: 130627/AWARDS/0783
Matching Key Words: naics!512110; 

General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8 Atlanta GA 30303

R — Notice of Contract Award GS-04P-13-BV-C-0019 Kiersten S. Mathews, Contracting Officer, Phone 404-526-3125, Email Kiersten.Mathews@gsa.gov GS-04P-13-BV-C-0019 $715,000.00 062413 Ursula von Rydingsvard, 78 Ingraham Street, Brooklyn, NY 11237 US In accordance with FAR 5.3 Synopses of Contract Award, the General Services Administration (GSA) announces the award of contract GS-04P-13-BV-C-0019 to Ursula von Rydingsvard Studio, Brooklyn, NY as a result of a search of artist listed in the GSA artist registry.  This contract is for the Art Design and fabrication of art in the New Federal Office Building, Miramar, Florida. Effective date of award is June 24, 2013.  The contract amount including all options is $715,000.00.

If you have any questions or comments regarding this announcement, please contact the Contract Officer, Kiersten Mathews no later than close of business June 28, 2013 via email: Kiersten.Mathews@gsa.gov.
URL: https://www.fbo.gov/spg/GSA/PBS/4PCA/Awards/GS-04P-13-BV-C-0019.html
OutreachSystems Article Number: 130625/AWARDS/0644
Matching Key Words: naics!711510; 

140px-US-GeneralServicesAdministration-Logo.svgGeneral Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

R — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Mary Beth Hudson 817-850-8129 ; Daniel Stafford 817-850-8278 GS07F299AA $500,000 062113 541 5,541 1,541 1000,541 4B INTEGRITY ARTS & TECHNOLOGY, INC. 64 E CONCORD ST ORLANDO FL USA 32801-1331 No Description Provided
URL: https://www.fbo.gov/notices/10176d15405abcf8debf1962cba7c5c6
OutreachSystems Article Number: 130622/AWARDS/0673
Matching Key Words: naics!512110; 


General Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA),

99 — Consolidated Solicitation FCO00CORP0000C Cheryll M. Sundberg 253-931-7892 BF015AA $6,000,000 062113 C520 19,C520 21,C520 18,C520 20,C520 17,C541 4B,C541 4A,C520 15,C520 13,C541 5,C520 11,C541 2,C541 1 SCIENCE APPLICATIONS INTERNATIONAL CORPORATION 1710 SAIC DR STE B MC LEAN VA USA 22102-3703 No Description Provided
URL: https://www.fbo.gov/notices/bd63f0f7256a4209f6d610b271532bbd
OutreachSystems Article Number: 130622/AWARDS/0850
Matching Key Words: naics!512110; 

Other Federal Procurements (Small)

Navy Electronic Commerce Online https://www.neco.navy.mil/biz_ops/search_edi.aspx NECO – Navy Electronic Commerce Online; Vendors must600px-US-DeptOfNavy-Seal.svg register with NECO. Once registered, agency information can be obtained directly from the website

U — Federal Supply Classification U009 SOL N65726-13-T-0110 General Desc: Two day Technical Writing training courseDetail Desc: Please See Synopsis For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130628/SMALL/4333
Matching Key Words: writ*; technical; 

USABID State and Local Purchases

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Endowment Investment Manager: Global Tactical Asset Allocation ( SOL UK-1270-14 Endowment Investment Manager: Global Tactical Asset Allocation (“GTAA”)Attachment 1 Questions and Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130702/BID/0249
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Community Corrections Audit RFP : 1300000397 Department SOL Community Corrections Audit RFP : 1300000397 Department Of Corrections Published On : 6/27/13 Amended On : Closing On : 8/5/13 2:00 PM EDT Time Left: 38 Days, 02:41:54 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130629/BID/0006
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – Wire and Obstruction Training RFP : 1300000395 Departme SOL Wire and Obstruction Training RFP : 1300000395 Department Of Military Affairs Educational Published On : 6/27/13 Amended On : Closing On : 7/18/13 2:30 PM EDT Time Left: 20 Days, 03:11:41 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130629/BID/0007
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

T – POST CARDS AND MAILING RFB : 1300001100 Office Of The C SOL POST CARDS AND MAILING RFB : 1300001100 Office Of The Controller Richard Mize Published On : 6/27/13 Amended On : Closing On : 7/12/13 1:30 PM EDT Time Left: 14 Days, 02:11:22 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130629/BID/0008
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Temporary Personnel Staffing RFB : 1300001096 Office Of SOL Temporary Personnel Staffing RFB : 1300001096 Office Of The Controller Richard Mize Published On : 6/27/13 Amended On : Closing On : 7/11/13 1:30 PM EDT Time Left: 13 Days, 02:11:10 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130629/BID/0009
Matching Key Words: age:state!ky; state!ky; 

Kansas – Kansas State University https://eforms.ksu.edu/rfq/index.aspx Division of Financial Services/Purchasing, 21 Anderson Hall, Kansas State University Manhattan, KS 66506-0108. Ph: (785) 532-6214.

R - Video Production Support Services Addendum SOL 40346Addn1 Video Production Support Services Addendum For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130628/BID/0277
Matching Key Words: video*; produc*; production?; 

Kentucky – Louisville Metro Government http://www.demandstar.com/supplier/bids/agency_inc/bid_list.asp?f=search&mi=192646 611 West Jefferson Street; Louisville, Kentucky 40202; (502) 574-3211

R – Comprehensive Banking Services SOL RFP-3075-0-2013/KBM Comprehensive Banking Services For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/0900
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

T – Printing and Binding of a Book – McIntosh and Anderson / Kentuck SOL K-0683-13 Printing and Binding of a Book – McIntosh and Anderson / Kentucky AgateAddendum #1Attachment A For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/0903
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

U – Leadership Development Program SOL UK-1274-14 Leadership Development Program For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/0904
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Endowment Investment Manager: Global Tactical Asset Allocation ( SOL UK-1270-14 Endowment Investment Manager: Global Tactical Asset Allocation (“GTAA”)Attachment 1 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/0905
Matching Key Words: age:state!ky; state!ky; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – Endowment Investment Manager: Non-Core Real Estate Attachment 1At SOL UK-1266-14 Endowment Investment Manager: Non-Core Real EstateAttachment 1Attachment 2 Questions & Answers For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/0907
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Temporary labor RFB : 1300001090 Office Of The Controll SOL Temporary labor RFB : 1300001090 Office Of The Controller Richard Mize Published On : 6/25/13 Amended On : Closing On : 7/9/13 1:30 PM EDT Time Left: 13 Days, 03:15:29 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/1385
Matching Key Words: age:state!ky; state!ky; 


Oregon – Procurement Information Network http://orpin.oregon.gov/open.dll/welcome Statewide Oregon Procurement Office (ORPIN), 1225 Ferry St., Salem, OR 97310. 503-378-4642 / fax 503-373-1626. Email: purchasing.info@state.or.us

T – Short (3 minute) Animated Video Production SOL DEQ-1176-13 Short (3 minute) Animated Video Production For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130626/BID/1677
Matching Key Words: video*; produc*; production?; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Jobs

$
0
0

600px-US-DeptOfLabor-Seal.svg

Economic Assistant (PART-TIME)

Job Announcement Number:

DE-13-PHIL-BLS-0050
Location Name:
Pittsburgh, Pennsylvania
Department:
Department Of Labor
Agency:
Bureau of Labor Statistics
Occupation Code:
Economics Assistant
Pay Plan:
GS
Appointment Duration:
Permanent
Opening Date:
Thursday, July 04, 2013
Closing Date:
Thursday, July 11, 2013
Job Status:
Part-Time
Salary:
$16.01 to $20.81 / Per Hour
Pay Grade(s):
05 to 05
Who May Apply:
Public
Job Summary:
DOL seeks to attract and retain a high performing and diverse workforce in which employees’ differences are respected and valued to better meet the varying needs of the diverse customers we serve. DOL fosters a diverse and inclusive work environment that promotes collaboration, flexibility and fairness so that all individuals are able to participate and contribute to their full potential. This position has promotion potential to GS-07. There is no obligation to provide future promotions to you if you are selected. Future promotions are dependent on your ability to perform the duties at a higher level, the continuing need for an employee assigned to the higher level, and supervisory approval. – This position is inside the bargaining unit. – Relocation costs will not be paid. This position is located in the US Department of Labor, Bureau of Labor Statistics, Office of Field Operations, Philadelphia Region, Division of Price Programs, Branch of Consumer Price Index Programs, for the Pittsburgh, PA Office. THIS POSITION IS PART TIME ONLY AND DOES NOT LEAD TO FULL TIME. The initial average hours per week will be 16 to 32 hours to start depending on workload. Work schedule will vary week to week depending upon work requirements. This is not a job for a person who needs full-time work or who cannot be available for work when required, including a mix of day, evening and weekend hours as needed. NOTE: Visits to residences are necessary and some evening and weekend work is scheduled. Work in retail stores must be completed during normal business hours. Personal visit data collection requires walking and standing for long periods. In particular, collection from housing units is likely to include steps and walking on uneven surfaces. VALID DRIVER’S LICENSE IS REQUIRED – Driving conditions will include highway and local streets, and driving at night and in adverse weather conditions. NOTE: THIS POSITION WILL NOT LEAD TO A PERMANENT FULL-TIME POSITION. In addition, you must travel to the Bureau of Labor Statistics training center in Washington, D.C., up to two times during the first year for mandatory classroom training as follows: Two (2) week introductory commodities and services training and One (1) week of advanced data collection. Housing training is accomplished through distance learning.

Workers’ Compensation Assistant

Job Announcement Number:

DE-13-PHIL-OWCP-0047
Location Name:
Greensburg, Pennsylvania
Department:
Department Of Labor
Agency:
Office of Workers’ Compensation Programs
Occupation Code:
Miscellaneous Clerk And Assistant
Pay Plan:
GS
Appointment Duration:
Term
Opening Date:
Monday, July 01, 2013
Closing Date:
Monday, July 15, 2013
Job Status:
Full-Time
Salary:
$31,921.00 to $46,255.00 / Per Year
Pay Grade(s):
05 to 06
Who May Apply:
Public
Job Summary:
DOL seeks to attract and retain a high performing and diverse workforce in which employees’ differences are respected and valued to better meet the varying needs of the diverse customers we serve. DOL fosters a diverse and inclusive work environment that promotes collaboration, flexibility and fairness so that all individuals are able to participate and contribute to their full potential. This position is located in the Greensburg, PA district office of the Division of Coal Mine Workers’ Compensation Programs. The mission of the office is to provide black lung benefits and medical treatment coverage to coal miners who have been totally disabled by chronic dust disease of the lungs arising out of employment in the Nation’s coal mines, as well as to provide benefits to the survivors of coal miners who died from the disease. Under the direction of the District Director, the incumbent provides technical assistance in developing evidence in support of claims. This is a TERM position not to exceed 3 years. Appointments may be in one year increments up to 4 years. Click Term employees for more information.

 800px-FEMA_logo.svg (1)

General Engineer (Hazards and Performance Analysis Grants Support Crew Leader)

Job Announcement Number:
FEMA-KS106-IM/COR-13
Location Name:
Location Negotiable After Selection, United States
Department:
Department Of Homeland Security
Agency:
Federal Emergency Management Agency
Occupation Code:
General Engineering
Pay Plan:
AD
Appointment Duration:
Term
Opening Date:
Tuesday, July 02, 2013
Closing Date:
Saturday, July 06, 2013
Job Status:
Full-Time
Salary:
$60,274.00 to $78,355.00 / Per Year
Pay Grade(s):
12 to 12
Who May Apply:
Public
Job Summary:
When disaster strikes, America looks to FEMA. Now FEMA looks to you. Join our team and use your talent to support Americans in their times of greatest need. The Federal Emergency Management Agency (FEMA) prepares the nation for all hazards and manages Federal response and recovery efforts following any national incident. We foster innovation, reward performance and creativity, and provide challenges on a routine basis with a well-skilled, knowledgeable, high performance workforce. This position is being announced under FEMA’s Incident Management CORE Program (Cadre of On-call Response/Recovery employees). These positions are authorized under P.L. 93-288 to perform temporary disaster work and are funded from the Disaster Relief Fund. Appointments are excepted service, temporary appointments. This is a 2 year temporary appointment in the Excepted Service. EMERGENCY ASSIGNMENT : Every FEMA employee has regular and recurring emergency management responsibilities, though not every position requires routine deployment to disaster sites. All positions are subject to recall around the clock for emergency management operations, which may require irregular work hours, work at locations other than the official duty station, and may include duties other than those specified in the employee’s official position description. Travel requirements in support of emergency operations may be extensive in nature (weeks to months), with little advance notice, and may require employees to relocate to emergency sites with physically austere and operationally challenging conditions.

Emergency Management Specialist, GS-0089-12

Job Announcement Number:
MG-2013-14449-SEG-913446DE
Location Name:
Atlanta, Georgia
Department:
Department Of Homeland Security
Agency:
Federal Emergency Management Agency
Occupation Code:
Emergency Management Specialist
Pay Plan:
GS
Appointment Duration:
Permanent
Opening Date:
Tuesday, July 02, 2013
Closing Date:
Tuesday, July 09, 2013
Job Status:
Full-Time
Salary:
$71,901.00 to $93,470.00 / Per Year
Pay Grade(s):
12 to 12
Who May Apply:
United States Citizens
Job Summary:
When disaster strikes, America looks to FEMA. Now FEMA looks to you. Join our team and use your talent to support Americans in their times of greatest need. The Federal Emergency Management Agency (FEMA) prepares the nation for all hazards and manages Federal response and recovery efforts following any national incident. We foster innovation, reward performance and creativity, and provide challenges on a routine basis with a well-skilled, knowledgeable, high performance workforce. Who May Apply All U.S. Citizens For definitions of terms found in this announcement, please click here This position opportunity is also being advertised under Merit Promotion Procedures (Status Candidates) at the GS-12 grade levels. Please see vacancy announcement numbers MG-2013-14449-SEG-913447MP for additional information. This position is ideal for an emergency management specialist looking for an opportunity to coordinate among departments and agencies in the preparation of emergency action guidance, plans and documents relating to the potential of catastrophic disaster and its effects.This position starts at a salary of $71,901,225 (GS-12) . Apply for this exciting opportunity to become a member of the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Region 4, Regional Administrator, Recovery Division, Individual Assistance Branch. EMERGENCY ASSIGNMENT: For all nonbargaining unit positions, the following applies: Every FEMA employee has regular and recurring emergency management responsibilities, though not every position requires routine deployment to disaster sites. All positions are subject to recall around the clock for emergency management operations, which may require irregular work hours, work at locations other than the official duty station, and may include duties other than those specified in the employee’s official position description. Travel requirements in support of emergency operations may be extensive in nature (weeks to months), with little advance notice, and may require employees to relocate to emergency sites with physically austere and operationally challenging conditions. Relocation expenses are not authorized for this position.

Archeologist GS-0193-11/12

Job Announcement Number:

MG-2013-14331-LDW-919207COR
Location Name:
Denton, Texas
Department:
Department Of Homeland Security
Agency:
Federal Emergency Management Agency
Occupation Code:
Archeology
Pay Plan:
GS
Appointment Duration:
Temporary
Opening Date:
Wednesday, July 03, 2013
Closing Date:
Wednesday, July 17, 2013
Job Status:
Full-Time
Salary:
$60,681.00 to $94,551.00 / Per Year
Pay Grade(s):
11 to 12
Who May Apply:
United States Citizens
Job Summary:
When disaster strikes, America looks to FEMA. Now FEMA looks to you. Join our team and use your talent to support Americans in their times of greatest need. The Federal Emergency Management Agency (FEMA) prepares the nation for all hazards and manages Federal response and recovery efforts following any national incident. We foster innovation, reward performance and creativity, and provide challenges on a routine basis with a well-skilled, knowledgeable, high performance workforce. Who May Apply All U.S. Citizens For definitions of terms found in this announcement, please click here This position is ideal for a professional looking to implement FEMA’s Environmental/Historic Preservation programs. This position starts at $60681 (GS-11) and $72733 (GS-12). Apply for this exciting opportunity to become a member of the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Region VI, Mitigation Division in Denton, TX. PROMOTION POTENTIAL: Future promotions will be dependent on your ability to perform the duties at a higher level, the continuing need for an employee assigned to the higher level, and administrative approval. This position is being announced under FEMA’s CORE Program (Cadre of On-call Response/Recovery employees). These positions are authorized under P.L. 93-288 to perform temporary disaster work and are funded from the Disaster Relief Fund. Appointments are excepted service, temporary appointments. This is a 2 year temporary appointment in the Excepted Service. EMERGENCY ASSIGNMENT: For all nonbargaining unit positions, the following applies: Every FEMA employee has regular and recurring emergency management responsibilities, though not every position requires routine deployment to disaster sites. All positions are subject to recall around the clock for emergency management operations, which may require irregular work hours, work at locations other than the official duty station, and may include duties other than those specified in the employee’s official position description. Travel requirements in support of emergency operations may be extensive in nature (weeks to months), with little advance notice, and may require employees to relocate to emergency sites with physically austere and operationally challenging conditions. Relocation expenses are not authorized for this position.

Program Specialist (External Affairs) GS-0301-11/12

Job Announcement Number:
MG-2013-02854-SEG-919305DE
Location Name:
Atlanta, Georgia
Department:
Department Of Homeland Security
Agency:
Federal Emergency Management Agency
Occupation Code:
Miscellaneous Administration And Program
Pay Plan:
GS
Appointment Duration:
Term
Opening Date:
Wednesday, July 03, 2013
Closing Date:
Monday, July 08, 2013
Job Status:
Full-Time
Salary:
$59,987.00 to $93,470.00 / Per Year
Pay Grade(s):
11 to 12
Who May Apply:
United States Citizens
Job Summary:
When disaster strikes, America looks to FEMA. Now FEMA looks to you. Join our team and use your talent to support Americans in their times of greatest need. The Federal Emergency Management Agency (FEMA) prepares the nation for all hazards and manages Federal response and recovery efforts following any national incident. We foster innovation, reward performance and creativity, and provide challenges on a routine basis with a well-skilled, knowledgeable, high performance workforce. Who May Apply All U.S. Citizens For definitions of terms found in this announcement, please click here This position is ideal for a person who desires to disseminate emergency management information to the media and general public that relates to the agency’s National Flood Insurance Program and in particular Risk MAP. This position is being announced at the (GS-11)level with a salary of $59,987 with the promotion potential to the (GS-12), $71,901.00. Apply for this exciting opportunity to become a member of the Region IV, Mitigation Division, Floodplain Management and Insurance Branch in the Federal Emergency Management Agency. This is a TERM position, not to exceed 4 years. PROMOTION POTENTIAL: Future promotions will be dependent on your ability to perform the duties at a higher level, the continuing need for an employee assigned to the higher level, and administrative approval. EMERGENCY ASSIGNMENT: For all nonbargaining unit positions, the following applies: Every FEMA employee has regular and recurring emergency management responsibilities, though not every position requires routine deployment to disaster sites. All positions are subject to recall around the clock for emergency management operations, which may require irregular work hours, work at locations other than the official duty station, and may include duties other than those specified in the employee’s official position description. Travel requirements in support of emergency operations may be extensive in nature (weeks to months), with little advance notice, and may require employees to relocate to emergency sites with physically austere and operationally challenging conditions. Relocation expenses are not authorized for this position.

Program Support Specialist-GS-0301-09

Job Announcement Number:

MG-201314395-919193-kST-CO
Location Name:
Oakland, California
Department:
Department Of Homeland Security
Agency:
Federal Emergency Management Agency
Occupation Code:
Miscellaneous Administration And Program
Pay Plan:
GS
Appointment Duration:
Temporary
Opening Date:
Monday, July 01, 2013
Closing Date:
Monday, July 08, 2013
Job Status:
Full-Time
Salary:
$56,172.00 to $73,019.00 / Per Year
Pay Grade(s):
09 to 09
Who May Apply:
United States Citizens
Job Summary:
When disaster strikes, America looks to FEMA. Now FEMA looks to you. Join our team and use your talent to support Americans in their times of greatest need. The Federal Emergency Management Agency (FEMA) prepares the nation for all hazards and manages Federal response and recovery efforts following any national incident. We foster innovation, reward performance and creativity, and provide challenges on a routine basis with a well-skilled, knowledgeable, high performance workforce. Who May Apply All U.S. Citizens For definitions of terms found in this announcement, please click here This position is ideal for an expert Administrative professional looking for an opportunity to improve office operations in a complex organization with disparate organizational segments requiring complicated administrative controls to accomplish the work of the organization. Apply for this exciting opportunity to become a member of the Recovery Division, in Region IX located in Oakland, CA. PROMOTION POTENTIAL: Future promotions will be dependent on your ability to perform the duties at a higher level, the continuing need for an employee assigned to the higher level, and administrative approval. This position is being announced under FEMA’s CORE Program (Cadre of On-call Response/Recovery employees). These positions are authorized under P.L. 93-288 to perform temporary disaster work and are funded from the Disaster Relief Fund. Appointments are excepted service, temporary appointments. This is a 2 year temporary appointment in the Excepted Service. EMERGENCY ASSIGNMENT: FEMA employees are subject to 24 hour on-call in the event of any emergency. This service may require irregular work hours, work at locations other than the official duty station, and may include duties other than those specified in the employee’s official position description. Travel requirements in support of emergency operations may be extensive in nature (weeks to months), with little advance notice, and may require employees to relocate to emergency sites that require functioning under intense physical and mental stress. Relocation expenses are not authorized for this position.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES JOBS

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities DOD Awarded Contracts

$
0
0

Department of Defense

DOD CONTRACTS

Air Force

SRI International, Menlo Park, Calif., has been awarded a $230,000,000 indefinite-delivery/indefinite-quantity contract (FA-2847-13-D-0009) for hardware, software, prototype systems, spiral software enhancements and installation training support for the Digital Video Laboratory III.  The basic contract is a five-year contract; with the work for the first delivery order performed at Princeton, N.J., and is expected to be completed by July 9, 2014.  The award is the result of a sole source356px-Seal_of_the_US_Air_Force.svg acquisition.  Fiscal 2013 Army Operations and Maintenance funds in the amount of $5,708,808 are being obligated at time of award.  Air Force Test Center/PZIE, Eglin Air Force Base, Fla., is the contracting activity.

Lockheed Martin Information Systems & Global Services, Colorado Springs, Colo., is being awarded a $11,996,522 modification (P00284) to a cost-plus-incentive-fee and cost-plus-fixed-fee contract (F19628-00-C-0019) to support critical mission operations for North America Aerospace Defense Command (NORAD) Cheyenne Mountain Complex/integrated tactical warning/attack assessment and Mobile Consolidated Command Center missions in support of air, missile and space defense for the national command authority.  JSpOC mission systems (JMS) is the development effort Space and Missiles System Center is using to incrementally transition away from the legacy space situational awareness mission, and is intended to be the next step towards migration of the space surveillance catalog maintenance capability from the Space Defense Operations Center and CAVENet systems to a high-performance, sustainable, and network-centric computing platform by migrating the astrodynamics support workstation  and special perturbations tasker applications to JMS.  Work will be performed at Colorado Springs, Colo., and is expected to be completed by Jan. 9, 2015.  This is a sole-source acquisition.  Fiscal 2013 Research and Development funds in the amount of $3,000,000 will be obligated at time of award.  Air Force Life Cycle Management Center/HBQK, Peterson Air Force Base, Colo., is the contracting activity.

Department of the ArmyArmy

Kellogg Brown & Root Services Inc., Arlington, Va., was awarded a firm-fixed-price, option-filled contract with a maximum value of $134,151,953 for the development and construction of a land-based missile defense system to be build in Deveselu, Romania. Work will be performed in Romania, and Morrestown, N.J. A combination of fiscal 2013 military construction funds and fiscal 2013 research, development, testing and engineering funds in the amount of $77,815,692 are being obligated on this award. The bid was solicited through the Internet, with eight bids received. The Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-13-C-0011).

Innovative Technical Solutions Inc., Walnut Creek, Calif., (W912DY-13-D-0058); Barlovento LLC, Dothan, Ala., (W912DY-13-D-0061); Bhatel Brasfield & Gorrie Joint Venture LLC, Birmingham, Ala., (W912DY-13-D-0060); CH2M HILL, Englewood, Colo., (W912DY-13-D-0064); Johnson Controls Federal Systems Inc., Huntsville, Ala., (W912DY-13-D-0063); Smith & Wesson Security Solutions, Franklin, Tenn., (W912DY-13-D-0059); and Zachry Federal Construction Corp., San Antonio, Texas, (W912DY-13-D-0062); were awarded a firm-fixed-price, option-filled, multiple-award, task-order contract with a maximum value of $95,000,000 for the worldwide construction and equipment installation services. Performance location and funding will be determined with each order. The bid was solicited through the Internet, with 29 bids received. The Army Corps of Engineers, Huntsville, Ala., is the contracting activity.

Turner Strategic Technologies LLC, Virginia Beach, Va., was awarded a firm-fixed-price, multi-year contract with a maximum value of $95,000,000 for construction services at Fort Bragg, N.C. Fiscal 2013 operations and maintenance funds in the amount of $2,500 are being obligated on this award. The bid was solicited through the Internet, with 28 bids received. The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0013).

Verizon Business Network Services, Ashburn, Va., was awarded an $11,935,014 modification (P00014) to a previously awarded firm-fixed-price, level-of-effort, option-filled contract (W91LV2-09-C-0049) for the procurement of managed network services. The cumulative total face value of this contract is $48,040,727. Work will be performed in Fayetteville, N.C. Fiscal 2013 operations and maintenance funds are being obligated on this award. The Army Contracting Command, Fort Bragg, N.C., is the contracting activity.

Northrop Grumman, Herndon, Va., was awarded a $10,397,099 modification (P00017) to a previously awarded cost-plus-incentive-fee, option-filled, foreign-military-sales contract (W31P4Q-12-C-0029) for the services in support of critical components for U.S. and Coalition Partners. This FMS contract is in support of Afghanistan. The cumulative total face value of this contract is $197,870,628. Work will be performed in Huntsville, Ala., and Afghanistan. Fiscal 2013 procurement funds are being obligated on this award. The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-12-C-0029).

Navy

Computer Sciences Corp., Falls Church, Va., is being awarded $41,096,308 for modification (P00009) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00189-10-D-Z009) to exercise an option for information technology support services for Naval Education and Training Professional Development and Technology Center.  Work will be performed in Pensacola, Fla. (50 percent); Norfolk, Va. (15 percent); Great Lakes, Ill. (15 percent); San Diego, Calif. (15 percent) and various other locations throughout the United States (5 percent), and is expected to be completed by September 2015.  No contract funds will be obligated at the time of award.  Individual task orders will be issued during the option period using Fiscal 2014 Operations & Maintenance, Navy funds.  Contract funds will not expire before the end of the current fiscal year.  The contract was competitively procured under full and open competition via Navy Electronic Commerce Online and Federal Business Opportunities websites, with eight offers received in response to this solicitation.  The NAVSUP Fleet Logistics Center, Norfolk, Philadelphia Office, is the contracting activity.

Data Link Solutions LLC, Wayne, N.J., is being awarded $33,368,569 for cost-plus-incentive-fee delivery order #0037 under a previously awarded multiple award600px-US-DeptOfNavy-Seal.svg contract (N00039-10-D-0031) to develop, design and implement four nets of concurrent multi-netting with concurrent contention receive (CMN-4) on the multifunctional information distribution system joint tactical radio system (MIDS JTRS) terminal configuration. MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS low volume terminal into a four-channel, software communications architecture compliant joint tactical radio system terminal while maintaining current Link-16 and tactical air navigation capability.  CMN-4 will significantly increase operational Link-16 networks capacities, improve network performance and provide more capable and flexible Link-16 network designs for the warfighter.  Work will be performed in Wayne, N.J. (88 percent) and Cedar Rapids, Iowa (12 percent), and is expected to be completed by March 7, 2015.  Fiscal 2012 Research, Development, Test & Evaluation funds in the amount of $28,723,746 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This delivery order was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Northrop Grumman Systems Corp., Maritime Systems, Charlottesville, Va., is being awarded $24,859,823 for firm-fixed-price delivery order #0034 under a previously awarded fixed-price-award-fee requirements contract (N00104-04-D-ZD51) for 63 repair parts in support of the weapons system navigation (WSN-7) ring laser gyro navigator, 58 repair parts in support of the AN/BPS-15/16 underwater mobile submarine radar detecting and/or range and bearing search sets used on ships and subs, and 29 repair parts in support of guided missile destroyers steering and scalable integrated bridge systems.  Work will be performed in Charlottesville, Va., and all work be completed by July 14, 2014.  Fiscal 2013 Navy Working Capital funds in the amount of $18,644,867 will be obligated at the time of award and will not expire before the end of the current fiscal year.  The contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.

ViaSat Inc., Carlsbad, Calif., is being awarded $19,487,844 for cost-plus-incentive-fee delivery order #0029 under a previously awarded multiple award contract (N00039-10-D-0032) to develop, design and implement four nets of concurrent multi-netting with concurrent contention receive (CMN-4) on the multifunctional information distribution system joint tactical radio system (MIDS JTRS) terminal configuration.  MIDS JTRS is a pre-planned product improvement replacement transforming the MIDS low volume terminal into a four-channel, software communications architecture compliant joint tactical radio system terminal while maintaining current Link-16 and tactical air navigation capability.  CMN-4 will significantly increase operational Link-16 networks capacities, improve network performance and provide more capable and flexible Link-16 network designs for the warfighter.  Work will be performed in Carlsbad, Calif., and is expected to be completed by March 7, 2015.  Fiscal 2012 Research, Development, Test & Evaluation funds in the amount of $16,831,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This delivery order was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  The Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

SEACON Phoenix LLC, Ashaway, R.I., is being awarded a $13,140,237 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture 750 stuffing tubes used on sonar systems on submarines.  Work will be performed in Ashaway, R.I., and work is expected to be completed by July 2019.  Fiscal 2013 Navy Working Capital funds in the amount of $463,237 will be obligated at the time of award, none of which will expire before the end of the current fiscal year.  The contract was competitively procured under full and open competition via navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to this solicitation.  The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-D-F009).

AMETEK SCP Inc., Westerly, R.I., is being awarded a $13,140,237 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture 750 stuffing tubes used on sonar system on submarines.  Work will be performed at Westerly, R.I., and work is expected to be completed by July 2019.  Fiscal 2013 Navy Working Capital funds in the amount of $598,500 will be obligated at the time of award, none of which will expire before the end of the current fiscal year.  The contract was competitively procured under full and open competition via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with four offers received in response to this solicitation.  The NAVSUP Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity (N00104-13-D-F008).

356px-Seal_of_the_US_Air_Force.svgAir Force

Lockheed Martin Corp., Mission Systems and Training, Owego, N.Y., has been awarded a $53,600,000 (estimated amount for basic three year period of performance) firm-fixed-price for six B-2 line replaceable units, data, material lay-in, and overhaul management.  Work will be performed at Owego, N.Y., and is expected to complete the basic three year period of performance by July 2016, with delivery dates cited on each order.  Work may also be performed during the two year option period to be complete by July 2018.  This is a sole-source acquisition.  No money will be obligated at time of award.  However, the first delivery order will be issued immediately after the award is made.  The first delivery order will use working fiscal 2013 capital funds and will obligate $46,500,000.  Air Force Sustainment Center/PZABC, Tinker Air Force Base, Okla., is the contracting activity (FA8119-13-D-0001).

Missile Defense Agency

Raytheon Missile Systems Co., Tucson, Ariz., has been awarded a modification contract (P00117) to provide funds for additional costs incurred in resolving technical and production transition issues; this modification decreases contract N00024-07-C-6119 CLIN 0016 by $48,944,077, reducing the quantity of Standard Missile-3 Block600px-US-MissileDefenseAgency-Seal.svg IB missiles manufactured from 24 to 20.  Simultaneously, the value of CLIN 0016 will be increased by $23,974,497 to provide funds for the cost growth for resolving technical and production transition issues mentioned above.  The result of this modification action reduces the total value of the contract by $24,969,580 from $1,932,670,517 to $1,907,700,937.  The period of performance for CLIN 0016 remains unchanged from March 2011 to December 2013.  In executing this modification, the Missile Defense Agency (MDA) will also establish Option CLIN 0026 to reinstate the four SM-3 Block IB Missiles, valued at $48,944,077, at a later date. The period of performance for CLIN 0026 will be established upon exercising the option, anticipated in the fourth quarter of fiscal 2013.  The place of performance for CLINs 0016 and 0026 is Tucson, Ariz.  No additional funding is required at this time.  This is not a foreign military sales acquisition.   The MDA, Dahlgren, Virginia, is the contracting activity.

Department of the ArmyArmy

Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colo., was awarded a firm-fixed-price, option-filled contract with a maximum value of $10,996,977 for construction services in support of the Eliminate Phantom Silos Project.  Work will be performed in Great Falls, Mont.; and Cheyenne, Wyo.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  There were 119 bids solicited, with 12 bids received.  The Army Corps of Engineers, Omaha, Neb., is the contracting activity (W9128F-13-C-0013).

AECOM Technical Services Inc., Los Angeles, (W911KB-13-D-0001); CH2M Hill International Services Inc., Englewood, Colo., (W911KB-13-D-0002); HDR Engineering Inc., Omaha, Neb., (W911KB-13-D-0003); and URS Group Inc., Anchorage, Alaska, (W911KB-13-D-0004); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple-award, task-order, foreign-military-sales (FMS) contract with a maximum value of $9,000,000 for administrative and general management consulting services.  This FMS contract is in support of Australia, Bangladesh, Cambodia, Maldives, Marshall Islands, Micronesia, Mongolia, New Zealand, Palau and Papua.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with four bids received.  The Army Corps of Engineers, Elmendorf Air Force Base, Alaska, is the contracting activity.

HELLFIRE Systems LLC, Orlando, Fla., was awarded a $7,582,999 modification (P00037) to a previously awarded firm-fixed-price, foreign military sales (FMS) contract (W31P4Q-11-C-0242) to convert HELLFIRE II Romeo Air-to-Ground Missiles to AGM-114R2 and AGM-114R9E.  The cumulative total face value of this contract is $873,742,175.  This FMS contract is in support of Australia, Saudi Arabia and United Arab Emirates.  A combination of fiscal 2012 and fiscal 2013 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

General Atomics Systems Integration LLC, San Diego, Calif., was awarded a firm-fixed-price contract with a maximum value of $7,297,342 for the procurement of base support, aircraft material and demobilization services.  Work will be performed in Poway, Calif.; Rancho Bernardo, Calif.; Bridgewater, Va.; and Afghanistan.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  One bid was solicited, with one bid received.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-13-C-0124).

Great Lakes Dredge & Dock Company LLC, Oak Brook, Ill., was awarded a firm-fixed-price contract with a maximum value of $7,229,450 for construction services in support of the Coney Island Hurricane Shore Protection Project.  Work will be performed in Brooklyn, N.Y.  Fiscal 2013 procurement funds are being obligated on this award.  The bid was solicited through the Internet, with three bids received.  The Army Corps of Engineers, New York, N.Y., is the contracting activity (W912DS-13-C-0035).

Trace Systems, McLean, Va., was awarded a $6,953,728 modification (P00011) to a previously awarded firm-fixed-price, option-filled contract (W91B4N-10-C-5014) to procure information technology support services in Afghanistan.  The cumulative total face value of this contract is $21,225,120.  Fiscal 2013 operations and maintenance funds in the amount of $2,167,526 are being obligated on this award.  The U.S. Central Command, Joint Theater Support Contracting Command, Bagram, Afghanistan, is the contracting activity.

Navy

Raytheon Co., McKinney, Texas, is being awarded $9,618,024 for delivery order #7024 under a previously issued Basic Ordering Agreement (N-00383-10-G-006D) for the repair of the H-60 multi-spectral targeting system forward looking infrared turrets.  Work will be performed in McKinney, Texas (5 percent) and Jacksonville Fla. (95 percent), and work is expected to be completed by May, 2014.  Fiscal 2013 Navy Working Capital funds in the amount of $9,618,024 will be obligated at the time of award, none of which will expire before the end of the current fiscal year.  The contract was not competitively procured in accordance with FAR 6.302.1.   Naval Supply Systems Command, Weapon Systems Command, Philadelphia, Pa., is the contracting activity.

Raytheon Co., El Segundo, Calif., is being awarded a $279,400,000 cost-plus-incentive-fee contract for developmental efforts in support of the Technology Development (TD) Phase of the Next Generation Jammer (NGJ) Program, which will replace the aging ALQ-99 tactical jamming system for integration on the EA-18G tactical aircraft.  Developmental efforts will include maturation and demonstration of critical technologies, completion of the system architecture and the requirements derivation and decomposition to subsystems.  The objective of the NGJ TD phase is to develop a cost effective electronic attack system that will provide significantly improved airborne electronic attack capabilities against advanced threats through enhanced agility and precision within jamming assignments, increased interoperability, and expanded broadband capability for greater threat coverage against a wide variety of radio frequency emitters.  Work will be performed in El Segundo, Calif. (55.99 percent); Ft. Wayne, Ind. (13.36 percent); Dallas, Texas (11.12 percent); Torrance, Calif. (9.94 percent); Clearfield, Utah (2.72 percent), McKinney, Texas (2.36 percent); Tucson, Ariz. (1.56 percent); Marion, Va. (2.37 percent); Goleta, Calif. (0.02 percent); Forest, Miss. (0.18 percent); and Andover, Mass. (0.38 percent) and is expected to600px-US-DeptOfNavy-Seal.svg be completed in May 2015.  Fiscal 2013 Research, Development, Test & Evaluation, Navy contract funds in the amount of $50,030,189 are being obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals and three offers were received.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0128).

L-3 Communications, Link Simulation & Training Div., Arlington, Texas, is being awarded a $33,174,360 modification to a firm-fixed-price delivery order issued previously against Basic Ordering Agreement N61340-12-G-0001.  This provides for the procurement of 12 tactical operational flight trainer (TOFT) high definition (HD) visual system kits for Naval Air Station (NAS) Oceana, NAS Lemoore and NAS Whidbey Island; purchase and delivery of HD projectors and mirrors for the six TOFTs at the Marine Corps Air Station Miramar; delivery of four TOFT HD visual systems to NAS Whidbey Island; purchase and delivery of uninterrupted power sources for four TOFTs to support the HD visual systems at NAS Oceana; and purchase and delivery of spares kit(s).  In addition, this order provides for the procurement of HD visual systems for two Australian F/A-18E/F Super Hornets TOFTs for the Royal Australian Air Force under the foreign military sales (FMS) program, which includes installation and acceptance testing of four HD9 modification kits, drawing and manual updates, initial spares kits, operator and maintenance training, and overseas crating.  Work will be performed in Arlington, Texas (44 percent); Whidbey, Wash. (16 percent); Oceana, Va. (14 percent); Lemoore, Calif. (13 percent); Royal Australian Air Force Base Amberley, Australia (6 percent); Miramar, Calif. (5 percent); and Atsugi, Japan (2 percent); and is expected to be completed in May 2016.  Fiscal 2012 and 2013 Aircraft Procurement Navy and FMS contract funds in the amount of $33,174,360 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($26,357,419; 80 percent) and the Government of Australia ($6,819,941; 20 percent).  The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity.

AQUATE Corp., Huntsville, Ala., is being awarded a $15,313,067 modification to previously awarded contract (N00174-11-C-0037) to exercise option year two to provide engineering and testing; performing modeling and simulation; conducting situational awareness; implementing new equipment and sustainment training; fielding equipment, sustainment, and providing dedicated logistics support to joint program offices and other federal agency customers dependent on critical chemical, biological, radiological, nuclear, and high yield explosives equipment in support of their missions.  Work will be performed in Quantico, Va. (25 percent); Williamsburg, Va. (20 percent); San Diego, Calif. (15 percent); Edgewater, Md. (15 percent); Suffolk, Va. (15 percent); and Aberdeen, Md. (10 percent), and is expected to be completed by July 2014.  Fiscal 2013 Operation and Maintenance, Navy funding in the amount of $606,700 will be obligated at the time of award, and will expire at the end of the current fiscal year.  The Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

CACI Inc.-Federal, Chantilly, Va., is being awarded a $9,366,730 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00033-09-D-6503) with firm-fixed-price and/or firm-fixed-price level-of-effort task orders for systems development support services in support of Military Sealift Command’s Command, Control, Communications, and Computer Systems directorate.  Work will be performed in Chantilly, Va. (80 percent); Arlington, Va. (2 percent); Norfolk, Va. (2 percent); Ledyard, Conn. (12 percent), San Diego, Calif. (2 percent) and overseas worldwide (2 percent), and is expected to be completed by July 2014.  Fiscal 2013 Working Capital Funds in the amounts of $9,366,730 will be obligated on individual task orders as they are issued, and will not expire at the end of the current fiscal year.  The Military Sealift Command, Washington, D.C., is the contracting activity (N00033-09-D-6503).

356px-Seal_of_the_US_Air_Force.svgAir Force

Champion Energy Services LLC, Houston, Texas, has been awarded a $729,167 firm-fixed-price modification (D406-08) for a contract (FA3002-08-D-0026) for retail electric service.  The total cumulative face value of the contract is $8,750,000 and it is a multiyear contract.  Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2013.  Fiscal 2013 Operations and Maintenance funds in the amount of $8,750,000 are being obligated on this award.  The 82nd Contracting Squadron/LGCB, Sheppard Air Force Base, Texas, is the contracting activity.

Defense Logistics Agency

Moog Inc., East Aurora, N.Y., has been awarded a maximum $7,674,650 firm-fixed-price, sole-source contract (SPM4AX-07-D-9412 THA1).  The contract is for V-22Defense_Logistics_Agency aircraft swashplate actuators.  Location of performance is New York with a September 2014 completion date.  Using military service is Navy.  Type of appropriation is fiscal 2013 Navy Working Capital funds.  The contracting activity is the Defense Logistics Agency Aviation Strategic Acquisitions, Philadelphia, Pa.

600px-US-DeptOfNavy-Seal.svgNavy

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $133,979,288 cost-plus-incentive-fee modification to a previously awarded advance acquisition contract (N00019-12-C-0090).  This modification provides for non-recurring and recurring sustainment, site activation and depot activation efforts in support of the Joint Strike Fighter F135 Propulsion System Low Rate Initial Production Lot VI.  Efforts to be provided include procurement of initial support equipment; packing handling storage and transportation material; fleet management; item management; joint technical data; sustaining engineering; production support; site activation preparation for initial operations; and depot engineering, repair development, inspection limits development for engine depot stand-up and support.  Work will be performed in East Hartford, Conn. (63 percent); Indianapolis, Ind. (25 percent), and Bristol, United Kingdom (12 percent), and is expected to be completed in December 2015.  Fiscal 2012 Aircraft Procurement, Air Force, Fiscal 2012 Aircraft Procurement Navy, and International Partner funding in the amount of $133,979,288 are being obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($59,056,849; 44.1 percent); U. S. Marine Corps ($31,442,198; 23.5 percent); the U.S. Navy ($28,884,205; 21.6 percent); and the governments of the United Kingdom ($2,889,881; 2.1 percent); Italy ($2,743,250; 2 percent); Turkey ($2,094,260; 1.6 percent); Australia ($2,094,260; 1.6 percent); the Netherlands ($1,779,956; 1.3 percent); Canada ($1,361,104; 1 percent); Norway ($1,005,376; .8 percent); and Denmark ($627,949; .4 percent).  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems San Francisco Ship Repair, San Francisco, Calif., is being awarded a $10,772,461 firm-fixed-price contract for a 56-calendar day regular overhaul and dry docking availability of Military Sealift Command dry cargo/ammunition ship USNS Carl Brashear (T-AKE 7).  Work will include inspection of the propeller shaft and stern tube, cleaning and painting of the hull, inspection and polish of the bow thruster propeller, installation of the cloropac unit and overhaul of the seal valves.  Brashear’s primary mission is to operate as part of a carrier strike group, providing fuel, ammunition, and dry and refrigerated stores to support the U.S. Navy ships at sea.  The contract includes options which, if exercised, would bring the total contract value to $12,334,532.  Work will be performed in San Francisco, Calif., and is expected to be completed by Sept. 25, 2013.  Fiscal 2013 Navy Working Capital contract funds in the amount of $10,772,461 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received.  Military Sealift Command Norfolk, Norfolk, Va., a field activity of Military Sealift Command, is the contracting activity (N32205-13-C-3015).

Air Force

TRI-COR Industries Inc., Lanham, Md., has been awarded a $73,903,803 firm-fixed-price indefinite-delivery/indefinite-quantity contract for applications, infrastructure and systems support, Increment 2 (AISS II) services in support of the Mobility Air Force Command and control and in-transit visibility/business systems.356px-Seal_of_the_US_Air_Force.svg  Work will be performed at Scott Air Force Base, Ill., and is expected to be completed by July 31, 2017.  This award is the result of a competitive small business set-aside acquisition with no limit to the number of offers solicited and six offerors were received.  A combination of Transportation Working Capital Fund Operating funds and Operations and Maintenance funds will be used for this contract.  The maximum dollar value of the life of the contract (Aug. 1, 2013 through July 31, 2017) is $99,000,000.  Fiscal 2013 funds will be used for two months of phase-in for which $71,178 will be obligated at time of award.  This is not a multiyear contract.  Headquarters Air Mobility Command/ A7KQ, Scott Air Force Base, Ill., is the contracting activity (FA4452-13-D-0002).

Department of the ArmyARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $308,321,789 modification (P00002) to a previously awarded firm-fixed-price, foreign military sales (FMS) contract (W31P4Q-13-C-0068) for the procurement of tactical missiles and launcher modification kits.  This FMS contract is in support of Kuwait.  The cumulative total face value of this contract is $1,063,456,570.  Work will be performed in Grand Prairie, Lufkin and El Paso, Texas; Camden, Ark.; Chelmsford, Mass.; Ocala, Fla.; Huntsville, Ala.; and Anaheim, Calif.  A combination of fiscal 2012 and fiscal 2013 procurement funds in the amount of $151,077,676 are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Bay West Inc., St. Paul, Minn., (W9128F-13-D-0002); Engineering Remediation Resources Group Inc., Martinez, Calif., (W9128F-13-D-0003); RMC South Earth LLC, Wheat Ridge, Colo., (W9128F-13-D-0004); HydroGeologic Inc., Reston, Va., (W9128F-13-D-0005); EA Engineering, Science and Technology Inc., Hunt Valley, Md., (W9128F-13-D-0006); North Wind Inc., Centennial, Colo., (W9128F-13-D-0007); Earth Resources Technology Inc., Laurel, Md., (W9128F-13-D-0008); Bhate Environmental Associates Inc., Birmingham, Ala., (W9128F-13-D-0012); PIKA — Arcadis Joint Venture, Stafford, Texas, (W9128F-13-D-0024); and Zapata Inc., Charlotte, N.C., (W9128F-13-D-0025); were awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, multiple-award contract with a maximum value of $250,000,000 for the environmental remediation services in support of the Military Munitions Response Program.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with 25 bids received.  The Army Corps of Engineers, Omaha, Neb., is the contracting activity.

The Boeing Co., Mesa, Ariz., was awarded a $109,461,580 modification (P00006) to a previously awarded firm-fixed-price, foreign military sales contract (W58RGZ-12-C-0089 ) for services in support of the Royal Saudi Land Force Aviation Command.  This FMS contract is in support of Saudi Arabia.  The cumulative total face value of this contract is $394,918,691.  Fiscal 2012 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Sotera Defense Systems, Herndon, Va., was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a maximum value of $97,850,000 for design, build, integration testing and delivery services in support of the electronic warfare planning and management tool.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with six bids received.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-D-C115).

Barnhill Contracting Co., Tarboro, N.C., was awarded a firm-fixed-price, multi-year, task-order contract with a maximum value of $95,000,000 for the constructionDepartment of the Army services primarily at Fort Bragg, N.C.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with five bids received.  The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-D-0014).

Machining Technologies Inc., Salisbury, Md., was awarded a firm-fixed-price contract with a maximum value of $79,900,000 for the procurement of 120mm M31 tail fins.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with nine bids received.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-13-C-0063).

Jacobs Technology Inc., Fort Walton Beach, Fla., was awarded a cost-plus-fixed-fee contract with a maximum value of $45,000,000 for the procurement of global logistics and support services.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with seven bids received.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-13-D-0041).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $37,375,568 modification to a previously awarded cost-plus-fixed-fee, foreign military sales contract for services in support of the enhanced launcher electronic station cost reduction initiatives.  This FMS contract is in support of United Arab Emirates.  Work will be performed in Grand Prairie and Lufkin, Texas; and Ocala, Fla.  Fiscal 2012 procurement funds in the amount of $15,365,866 are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-11-C-0001/P00072).

Lockheed Martin Integrated Systems, Shawnee, Va., was awarded a $35,670,673 modification to a previously awarded cost-plus-fixed-fee contract for the procurement of information technology services for the Pentagon and National Capital Region.  The cumulative total face value of this contract is $49,675,273.  Work will be performed in Washington, D.C.  Fiscal 2013 operations and maintenance funds are being obligated on this award.  The Army Contracting Command, Rock Island, Ill., is the contracting activity (W91QUZ-06-D-0017/BA9011).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $35,604,779 modification (P00042) to a previously awarded cost-plus-fixed-fee contract (W13P4Q-12-C-0048 ) for the development of the M270A1 fire control system — update.  Work will be performed in Fort Worth, Texas; Melbourne, Fla.; and Budd Lake, N.J.  Fiscal 2013 research, development, testing and engineering funds in the amount of $20,000,000 are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

The Boeing Co., Mesa, Ariz., was awarded a $15,425,233 modification (P00004) to a previously awarded firm-fixed-price, foreign military sales contract (W58RGZ-12-C-0113)  for the procurement of Apache Block III aircraft.  This FMS contract is in support of Saudi Arabia.  The cumulative total face value of this contract is $50,584,111.  Fiscal 2012 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity.

Airborne Systems North American of CA Inc., Santa Ana, Calif., was awarded a firm-fixed-price, multi-year, foreign military sales contract with a maximum value of $12,945,226 for the procurement and inspection of MC-4 personnel parachutes.  This FMS contract is in support of the Democratic People’s Republic of Korea.  Performance location and funding will be determined with each order.  The bid was solicited through the Internet, with three bids received.  The Army Contracting Command, Warren, Mich., is the contracting activity (W56HZV-13-D-0062).

Advanced Mission Systems, Charlotte, N.C., was awarded an $8,437,960 modification (P00004) to a previously awarded cost-plus-fixed-fee, multi-year contract (W911QX-12-C-0150) for training and instruction services.  Performance location and funding will be determined with each order.  The Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity.

DRS Radar Systems, Horsham, Pa., was awarded a firm-fixed-price, multi-year, foreign military sales contract with a maximum value of $8,105,505 for the procurement of a border surveillance system.  This FMS contract is in support of Egypt.  Fiscal 2013 procurement funds are being obligated on this award.  The Army Contracting Command, Aberdeen Proving Ground, Md., is the contracting activity (W15P7T-13-C-D522).

The Boeing Co., Mesa, Ariz., was awarded a firm-fixed-price, foreign military sales contract with a maximum value of $7,745,923 for sustainment services in support of the Apache AH-64D.  This FMS contract is in support of Netherlands.  Fiscal 2012 procurement funds are being obligated on this award.  The Army Contracting Command, Redstone Arsenal, Ala., is the contracting activity (WW58RGZ-13-C-0122).

IKBI Inc., Choctaw, Miss., was awarded a firm-fixed-price contract with a maximum value of $7,692,387 for the procurement of an HC-130J Simulator Facility at Moody Air Force Base, Ga.  Type of appropriation will be determined with each order.  The bid was solicited through the Internet, with one bid received.  The Army Corps of Engineers, Savannah, Ga., is the contracting activity (W912HN-13-C-0011).

Northrop Grumman Systems Corp., Boulder, Colo., was awarded a $6,786,896 modification (P00003) to a previously awarded cost-plus-incentive-fee contract (W9113M-12-C-0055) for the improvement of the joint tactical ground station system.  The cumulative total face value of this contract is $37,986,896.  Work will be performed in Colorado Springs, Colo.; and Azusa, Calif.  Fiscal 2013 research, development, testing and engineering funds are being obligated on this award.  The Army Space and Missile Defense Command, Huntsville, Ala., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Critigen-Clark Nexsen Joint Venture, Greenwood Village, Colo., is being awarded a maximum amount $35,000,000 indefinite-delivery/indefinite-quantity contract for geographic information systems, professional surveying and mapping services for work predominantly in the western continental United States, but also worldwide.  The work to be performed also includes data collection, development and integration as follows:  geospatial data development and enterprise-level deployment; acquisition, development, maintenance and analysis of geospatial data and metadata; survey and mapping (photogrammetry) to include aerial imagery and light intensity distance and ranging vector feature extraction; ground-based survey and mapping by use of conventional methods, global positioning systems or remote sensing; cartographic output, thematic mapping, data visualization, data migration, and data conversion; and document research, scanning, geo-referencing and other digitization related to the development of geospatial data.  No task orders are being issued at this time.  All work on this contract will be performed in Southwest (40 percent); Southeast (20 percent); Midwest (15 percent); other activities within the Naval Facilities Engineering Command area of responsibility, worldwide (25 percent), and is expected to be completed by June 2016.  Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-13-D-3013).

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awarded a $9,293,000 modification to a previously awarded advanced acquisition contract (N00019-13-C-9999) to exercise an option to procure long lead materials and related support for the full rate production of five E-2D Advanced Hawkeye Lot 2 aircraft.  In addition, the modification definitizes the advanced acquisition contract to a fixed-price contract.  Work will be performed in Syracuse, N.Y. (36.9 percent); Bethpage, N.Y. (15.6 percent); El Segundo, Calif. (7.8 percent); Chicago, Ill. (7.4 percent); Menlo Park, Calif. (7.1 percent); Indianapolis, Ind. (6.8 percent); Cleveland, Ohio (3.3 percent); Aire-Sur-L’Adour, France (2.6 percent); Owego, N.Y. (2.4 percent); Torrance, Calif. (2.1 percent); Edgewood, N.Y. (1.7 percent); Falls Church, Va. (1.4 percent); and various locations throughout the United States (4.9 percent); and is expected to be completed in March 2014.  Fiscal 2013 Aircraft Procurement Navy contract funds in the amount of $9,293,000 are being obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting.

AIR FORCE

First Support Services Inc., Dallas, Texas, has been awarded a $6,960,811 modification (P00037) on contract (FA8501-08-C-0024) and represents exercise of a 12 356px-Seal_of_the_US_Air_Force.svgmonth option for continuation of ground support equipment maintenance services from July 1, 2013 through June 30, 2014.  The total cumulative face value of the contract is $44,314,301.  Work will be performed at Robins Air Force Base, Ga., and is expected to be completed by June 30, 2014.  Fiscal 2013 funding will be obligated at the time of exercise of the option.  Air Force Systems Center/PZIOA, Robins Air Force Base, Ga., is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Huntington Ingalls Inc., Newport News, Va., is being awarded a $745,000,000 cost-plus-incentive-fee contract for the inactivation of USS Enterprise (CVN 65).  Work will be performed in Newport News, Va., and is expected to be completed by September 2018.  Fiscal 2013 Operations and Maintenance, Navyfunding in the amount of $645,000,000 will be obligated at the time of award.  Contract funds in the amount of $645,000,000 will expire at the end of the current fiscal year.  This contract was not competitively procured under the authority of 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy the agency’s requirements.  The Naval Sea System Command, Washington, D.C., is the contracting activity (N00024-13-C-2112).

Electric Boat Corp., Groton, Conn., is being awarded a $208,651,154 undefinitized modification to contract (N00024-12-C-2115) for the long lead time material associated with the second fiscal 2014 Virginia-class submarine (SSN 793) and fiscal 2015 Virginia-class submarines (SSN 794 and SSN 795).  Work will be performed in Sunnyvale, Calif. (54 percent), Florence, N.J. (8 percent), Groton, Conn./Quonset Point, R.I. (6 percent),  Newport News, Va. (6 percent), Coatesville, Pa. (5 percent), Windsor Locks, Conn. (4 percent), Montville, N.J. (3 percent), Tampa, Fla. (2 percent), York, Pa. (2 percent), and other locations below 1 percent (10 percent).  Work is expected to be complete by December 2013.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $208,651,154 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Data Link Solutions, LLC.,Cedar Rapids, Iowa (N00039-10-D-0031) and ViaSat, Inc., Carlsbad, Calif., (N00039-10-D-0032) each will be awarded a $166,300,000 modification to a previously awarded multiple award contract to exercise options for systems engineering and integration of the multifunctional information distribution system (MIDS) low volume terminal (LVT) and the MIDS joint tactical radio systems (JTRS) terminal.  The MIDS-LVT provides secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms.  MIDS-JTRS is a pre-planned product improvement replacement transforming the MIDS-LVT into a four-channel, software communications architecture compliant JTRS terminal while maintaining current Link 16 and tactical air navigation capability.  For Data Link Solutions, work will be performed in Wayne, N.J., (70 percent) and Cedar Rapids, Iowa (30 percent), and is expected to be complete by March 9, 2014.  For ViaSat, Inc., work will be performed in Carlsbad, Calif., and is expected to be completed by March 9, 2014.  Contract funds will not expire at the end of the current fiscal year.  Funds will be placed on contract and obligated at the time delivery orders are awarded under exercised options.  This contract wascompetitively procured as a multiple award contract via the Federal Business Opportunities and The Space and Naval Warfare Systems e-Commerce Central websites, with twoproposals solicited and twooffers received.  Space and Naval Warfare Systems Command, San Diego, Calif., is the contracting activity.

Vericor Power Systems LLC, Alpharetta, Ga., is being awarded a $41,373,993 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the procurement of up to 27 ETF-40B engine power producer groups, and 25 full authority digital engine controllers for use as drop-in place engine spares for the Navy’s landing craft, air cushioned vessels.  Work will be performed in Alpharetta, Ga.(90 percent), and Winnipeg, Canada (10 percent), and is expected to be completed by June 2018.  Fiscal 2013 Other Procurement, Navy funding in the amount of $12,454,605 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements (FAR 6.302-1).  The Naval Surface Warfare Center, Carderock Division, Ship System Engineering Station, Philadelphia, Pa., is the contracting activity (N65540-13-D-0013).

BAE Systems, Land & Armaments L.P., U.S. Combat Systems, Minneapolis, Minn., is being awarded a $40,327,024 firm-fixed-price contract for fiscal 2013 production requirements for MK 41 Vertical Launching System canisters.  These requirements include: MK 14 MOD 2 (Tomahawk), MK 21 MOD 2 (SM-3), MK 21 MOD 3 (SM-6), and MK 25 MOD 0 (Seasparrow) Canisters; ancillary hardware; and associated support equipment.  The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing.  The canisters also serve as missile shipping and storage containers.  This contract combines purchases for the U.S. Navy (96.7 percent) and the government of Thailand (3.3 percent) under the Foreign Military Sales (FMS) program.  Work will be performed in Aberdeen, S.D. (90 percent), and Minneapolis, Minn. (10 percent), and is expected to be completed by July 2015.  Fiscal 2012 and 2013 Weapons Procurement, Navy and FMS funding in the amount of $40,327,024 will be obligated at time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via Federal Business Opportunities and the Navy Electronic Commerce Online websites, with one offer received.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-13-C-5314).

Northrop Grumman Corp., Electronic Systems, Linthicum Heights, Md., is being awarded a $24,502,359 modification under a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (M67854-07-C-2072) to increase the estimated ceiling cost for the Ground/Air Task-Oriented Radar Engineering and manufacturing development phase and associated other direct costs to reflect the anticipated cost growth.  Funds in the amount of $21,100,000 account for a cost growth in the engineering and manufacturing development phase and $3,402,359 account for the production engineering support.  Work for the anticipated cost growth will be performed Linthicum Heights, Md. (88 percent), Yuma, Ariz. (10 percent), and Syracuse, N.Y. (2 percent), and work is expected to be completed April 25, 2014.  Work for the production engineering support will be performed in Linthicum Heights, Md. (81 percent), and Syracuse, N.Y. (19 percent), and work is expected to be completed Feb. 16, 2014.  Fiscal 2013 Research and Development funds for cost growth in the amount of $13,592,762 are being obligated at the time of award, and will not expire at the end of the current fiscal year.  Fiscal 2012 Procurement Marine Corps funds for the production engineering support in the amount of $3,402,359 are being obligated at the time of award, and will not expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Va., is the contracting activity.

Exelis Inc., Van Nuys, Calif., is being awarded a $20,285,451 modification to previously awarded contract (N00024-09-C-5395) for AN/SPS-48G(V) radar modification kits to support the Recovery Obsolescence Availability Radar.  AN/SPS-48 radars are installed on USN ships for three-dimensional air search.  The modification kits are expected to increase operational availability and decrease operating and support costs.  Work will be performed in Los Angeles, Calif. (48 percent); Johnstown, Pa. (40 percent); and San Diego, Calif. (12 percent), and is expected to be completed by October 2015.  Fiscal 2013 Other Procurement, Navy funding in the amount of $20,285,451 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington,, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, N.Y., is being awardeda $19,360,601 modification to previously awarded contract (N00024-06-C-6311) to provide engineering and production planning services for mission packages that will deploy from and integrate with the littoral combat ship.  Work will be performed in Bethpage, N.Y. (44 percent); Oxnard, Calif. (16 percent); Washington, D.C. (14 percent);  Panama City, Fla. (10 percent); Dahlgren, Va. (8 percent); San Diego, Calif. (4 percent); Hollywood, Md. (2 percent); Andover, Mass. (1 percent); and Middletown, R.I. (1 percent); and is expected to be completed by June 2014.  Fiscal 2013 Research, Development, Test and Evaluation funding in the amount of $5,931,600 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington D.C., is the contracting activity.

Advanced Technology International, Anderson, S. C. (N62583-10-D-0780); Science Applications International Corp., Mclean, Va., (N62583-10-D-0781) are each being awarded option year one under a previously awarded firm-fixed-price, multiple award contract for field test and evaluation support services in support of the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme.  The combined total value for the two contractors is $15,000,000.  The work to be performed provides for technology research and development support, field test and evaluation support, program/project planning, project management, equipment/components development and fabrications, administrative support, and assessment, analytical, and documentation throughout the world.  The total contract amount after exercise of this option will be $30,000,000.  Work will be performed at various installations world-wide, and work for this option is expected to be completed in June 2014.  No funds will be obligated with this award.  No task orders are being issued at this time.  Contract funds will not expire at the end of the current fiscal year.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, Calif., is the contracting activity.

Engility Corp., Mount Laurel, N.J., is being awarded a $12,490,000 modification to a previously awarded cost-plus-fixed-fee contract (N00421-12-C-0048) to exercise an option for engineering services in support of the Joint Precision Approach and Landing Systems and the Navy Unmanned Combat Aerial Systems programs.  Services to be provided include requirements definition and analysis; prototyping; test and evaluation; technical assistance; system analysis; engineering; software development, integration and maintenance; test data acquisition; reduction and analysis; technical logistic support; configuration management; training support; and program and project management.  Work will be performed in St. Inigoes, Md. (95 percent); Providence, Rhode Island (3 percent); and Chicago, Ill. (2 percent); and is expected to be completed in January 2014.  Fiscal 2013 Research, Development, Test and Evaluation, Navy funds in the amount of $3,950,158 are being obligated on this award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Md. is the contracting activity.

Northrop Grumman Systems Corp., Electronic Systems Sector, Land and Self Protection Systems Division, Rolling Meadows, Ill., is being awarded an $11,567,751 fixed-price indefinite-delivery/indefinite-quantity contract to produce, test, integrate, qualify and deliver an upgraded laser configuration for the Electro-Optical Third Generation Console for the F/A-18 E/F Advanced Targeting Forward Looking Infrared (FLIR) and the SH-60 FLIR.  This effort will provide two production representative units, 102 upgraded units, and associated technical data, as well as technical and logistics support for the upgrade.  Work will be performed in Rolling Meadows, Ill. (63.29 percent); Santa Barbara, Calif. (23.23 percent); Linthicum, Md. (8.5 percent); and Vaudreuil-Dorion, Quebec, Canada (4.98 percent), and is expected to be completed in June 2016.  Fiscal 2013 Aircraft Procurement Navy funds in the amount of $9,564,258 are being obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to FAR 6.302-1.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-13-D-0017).

Harris Corp., Palm Bay, Fla. is being awarded a $9,370,956 modification to a previously awarded firm-fixed pricecontract (N00039-10-C-0062) for AN/WSC-6 E(V)9 satellite communication (SATCOM) systems.  The AN/WSC-6 E(V)9 system is used by surface ships to provide a military SATCOM capability in the super high frequency range.  This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $40,515,414.  Work will be performed in Malabar, Fla., and is expected to be completed by June 25, 2014.  If all options are exercised, work could continue until March 2016.  Fiscal 2013 Ship Construction, Navyfunds in the amount of $9,370,956 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole-source acquisition in accordance with 10 U.S.C. 2304(c)(1) – only one responsible source (FAR Subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, is the contracting activity (N00039-10-C-0062).

RFD Beaufort, Inc., Sharon Center, Ohio, is being awarded $7,200,262 for a firm-fixed-price indefinite-delivery/indefinite-quantity delivery order #0002, under previously awarded contract (N00104-12-D-F001), for the manufacture of 1,694 submarine escape and immersion mark suits.  Work will be performed in Sharon Center, Ohio, and is expected to be completed by June 30, 2014.  Fiscal 2013 Navy Working Capital funds in the amount of $7,200,262 will be obligated at the time of award, and will not expire before the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1).  Navy supply Systems Command, Weapon Systems Support, Mechanicsburg, Pa., is the contracting activity.

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

Altec Industries, Inc., Birmingham, Ala., has been awarded an estimated maximum $327,500,000 fixed-price with economic-price-adjustment, requirements type contract.  The contract is for the procurement of commercial type cranes.  Location of performance is Alabama with a June 24, 2018 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2018 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPE8EC-13-D-0018).

Vitol, Inc., Houston, Texas, has been awarded an estimated maximum $193,749,384 fixed-price with economic-price-adjustment contract.  The contract is for fuel.  Locations of performance are Texas and United Kingdom with a July 30, 2016 performance completion date.  Using service is Defense Logistics Agency Energy.  Type of appropriation is fiscal 2013 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-0483).

BAE Systems, Phoenix, Ariz., has been awarded a maximum $89,460,000 modification (P00005) exercising the first option year period for enhanced small arms protective inserts.  The contract (SPM1C1-12-D-1025) is a firm-fixed-price contract.  Location of performance is Arizona with a July 2, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Sysco Hampton Roads, Suffolk, Va., has been awarded an estimated maximum $67,500,000 fixed-price with economic-price-adjustment, bridge contract.  The contract is for prime vendor food and beverage support for Department of Defense and non-Department of Defense customers in Virginia; Guantanamo Bay, Cuba; and Honduras.  Location of performance is Virginia with a June 29, 2014 performance completion date.  Using military services are Army, Navy, Air Force, and Marine Corps.  Type of appropriation is fiscal 2013 through fiscal 2014 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM300-13-D-3669).

Akorn, Inc.,* Lake Forest, Ill., has been awarded a maximum $37,900,575 modification (P00006) exercising the first option year period on a one year base contract with seven one-year option periods for various pharmaceutical products.  The contract (SPM2D0-12-D-0004) is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract.  Location of performance is Illinois with a June 30, 2014 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies.  Type of appropriation is fiscal 2013 Warstopper funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

Lemon Oil,* Romulus, Mich., has been awarded an estimated maximum $27,126,384 fixed-price with economic-price-adjustment contract.  The contract is for fuel.  Locations of performance are Michigan, Maryland, Ohio, Virginia, Indiana, West Virginia, and Kentucky with a July 31, 2017 performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps, Coast Guard, and federal civilian agencies.  Type of appropriation is fiscal 2013 through fiscal 2017 Defense Working Capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Va., (SP0600-13-D-4023).

AIR FORCE

LinQuest Corp., Los Angeles, Calif., has been awarded a $121,182,989 cost-plus-incentive-fee contract for System Engineering & Integration Support Services (SE&I).356px-Seal_of_the_US_Air_Force.svg  The contractor will provide and maintain enterprise SE&I services for the current MILSATCOM Systems Directorate, execute and evolve standardized enterprise processes, control and manage the technical baseline and interface(s), perform system integration across the enterprise and within identified programs, develop and implement key systems engineering processes, developing tools and techniques to predict issues and enable timely action, and develop and maintain performance metrics.  Work will be performed at Los Angeles AFB, Calif., and is expected to be completed by June 30, 2019.  This award is the result of a competitive acquisition and multiple offerors were solicited with two offers being received.  Fiscal 2013 Research and Development funds in the amount of $3,870,800 are being obligated at time of award.  The Space and Missile Center, Los Angeles Air Force Base, Calif., is the contracting activity (FA8808-13-C-0009).

Messier-Bugatti-Dowty, Velizy-Villacoublay, France, has been awarded a $80,655,256 firm-fixed-priced requirements contract for support the KC-135 carbon brake system.  This requirement is to manufacture end items and components of the KC-135 wheel and brake assembly and to overhaul the brake heat sink in support of the KC-135 Stratotanker.  Work on the overhaul and carbon manufacturing will be performed at Messier-Bugatti’s Walton, Ky., facility with the remaining component parts to be manufactured in France, and is expected to be completed by Dec. 31, 2018.  The basic contract will be for five years, and funds will be obligated on individual delivery orders.  The contract combines the efforts of the Air Force procurement for spares and the overhaul with the BRAC mandated depot level reparable spares assets in which the Defense Logistics Agency has procurement authority into one strategic contract.  This award is the result of a sole-source acquisition.  Funds will be issued on each individual delivery order as they are issued and will be 4930 Working Capital funds from the fiscal year in which the orders are issued.  Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8203-13-D-0001).

Lockheed Martin Space Systems Co., Sunnyvale, Calif., has been awarded a $75,230,383 modification (P00003) to the existing fiscal 2013 2016 Contractor Logistics Support, Legacy Sustainment, and Combined Task Force Support contract (FA8810-13-C-0002) for the Space Based Infrared System Survivable Endurable Evolution (S2E2), Increment 1.  The total cumulative face value of the contract is $181,098,565.  This contract modification is for permanent sustainment modifications to the current Mobile Ground System (MGS) to enable processing of Defense Support Program and SBIRS geosynchronous orbit satellites mission data and to perform limited contingency SBIRS GEO satellite commanding.  This project also replaces the existing Intermediate Maintenance Facility with the Maintenance and Operations Support Suite used for pre-deployment preparation on the S2E2 MGS Force Packages, and to provide maintainer and limited operator training.  Work will be performed at Colorado Springs, Colo., Boulder, Colo., and Greeley Colo., and is expected to be completed by January 31, 2017.  Fiscal 2012 and 2013 Procurement funds for the full amount will be obligated at time of award.  The Air Force Space and Missile Systems Center Infrared Space Systems Directorate Contracting Division is the contracting activity.

DTS Aviation Services, Fort Worth, Texas, has been awarded an estimated $15,575,790 modification (P00239) for firm-fixed-price and cost-reimbursement contract (FA8106-05-C-0001) for the C-21A Contractor Logistics Support (CLS).  The cumulative face value of the contract is estimated $426,271,109.  The contract modification is for the extension of the active duty and Peterson Air Force Base, Colo., Colorado Air National Guard (ANG) C-21A aircraft for the period of July 1, 2013 through Dec. 31, 2013 through the use of the “Option to Extend Services” clause FAR 52.217-8 to the existing CLS contract.  Work will be performed at Andrews AFB, Md.; Scott AFB, Ill.; Peterson AFB, Colo.; Ramstein Air Base, Germany and Oklahoma City, Okla., and is expected to be completed no later than Dec. 31, 2013.  Fiscal 2013 Air Force and Air National Guard Operations and Maintenance funds in the amount of $4,058,806 are being obligated at time of award.  Air Force Life Cycle Management Center/WLKLC, Tinker AFB, Okla., is the contracting activity.

Lockheed Martin Integrated Systems, Warner Robins, Ga., has been awarded a $14,453,031 modification (mod 25) to contract (FA8530-08-D-00080006) for Contractor Logistics Support (CLS) for the Iraq C-130E program.  The contract modification is to exercise Option IV for CLS support for the Iraq C-130E fleet.  The cumulative face value of the contract is $61,622,864.  Work will be performed at New al-Muthana Air Base, Baghdad, Iraq, and is expected to be completed by June 30, 2014.  This contract involves 100 percent foreign military sales.  Air Force Life Cycle Management Center/WLKCB, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Science Applications International Corp., of McLean, Va., is being awarded an indefinite-delivery/indefinite-quantity contract valued at $99,500,000 for Cooperative Threat Reduction logistics support services.  Work will be performed worldwide and the initial ordering period will continue through June 2016.  This requirement was solicited as a full and open competition on FedBizOpps and six proposals were received.  The contracting activity is Defense Threat Reduction Agency, Fort Belvoir, Va., (HDTRA1-13-D-0010).

InfoReliance Corp., Fairfax, Va., has been awarded a time and material and firm-fixed-price contract with an estimated maximum amount of $9,179,734 for Microsoft Consulting Services (MCS) in support of the Defense Threat Reduction Agency (DTRA) Directorate of Information Operations (J6).  The contract award was made off the General Services Administration schedule.  There are only six vendors who are licensed to provide MCS.  DTRA solicited all six vendors, and received five quotes and one no bid.  Type of appropriation is fiscal 2013 Research and Development and Operations and Maintenance (O&M) funds.  Work will be performed at Ft. Belvoir, Va., at the DTRA facility with a July 5, 2014 completion date.  The contracting activity is DTRA, Fort Belvoir, Va., (HDTRA1-13-F-0037).

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

pledge-footer_original

 


beenetworknews.com           30 seconds
PITISE UNIV

Business and Career Opportunities Bids and Purchases

$
0
0

FedBizOpps – Procurements

720px-USAID-Identity.svgAgency for International Development, Overseas Missions, Kazakhstan USAID-Almaty, Dept. of State Washington DC 20521-7030

R — USPSC Turkmenistan Country Office Deputy Director, USAID/Central Asian Republics, Ashgabat, Turkmenistan 20-2013 080513 Tatiana P Rossova, Personnel Specialist, Phone 7 3272 50 76 17, Fax 7 3272 50 76 35, Email trossova@usaid.gov ISSUANCE DATE: 07/15/2013
CLOSING DATE: 08/05/2013
Gentlemen/Ladies:

SUBJECT: Solicitation for Personal Services Contractor (PSC) No. 20-2013
USPSC Turkmenistan Country Office Deputy Director, USAID/Central Asian Republics, Ashgabat, Turkmenistan

The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Optional Form 612) from persons interested in the PSC services described in the attached.

Submissions shall be in accordance with the attached information at the place and time specified.

Any questions may be directed to Markus Dausses, Contracting Officer, and Tatiana Rossova, Personnel Specialist, who may be reached at FAX No. 7-727-250-76-34/35/36,
or e-mail almaexo_hr@usaid.gov.

Offerors should retain for their records copies of all enclosures which accompany their proposals.

Sincerely,

Markus Dausses
Contracting Officer

ATTACHMENT TO SOLICITATION NO. 20-2013

1. SOLICITATION NUMBER: 20/2013
2. ISSUANCE DATE: 07/15/2013
3. CLOSING DATE/TIME SPECIFIED
FOR RECEIPT OF APPLICATIONS: 08/05/2013 (6 p.m. Almaty
Time)
4. POSITION TITLE: USPSC Turkmenistan Country Office Deputy Director
5. MARKET VALUE: $71,674-$93,175 per annum (GS-13 equivalent) with 25% Post Differential (currently)
6. PERIOD OF PERFORMANCE: Two years
7. PLACE OF PERFORMANCE: USAID/CENTRAL ASIAN REPUBLICS, Ashgabat, Turkmenistan
8. JOB DESCRIPTION:

A)Basic Function of the Position

The USAID Regional Mission for Central Asian Republics is headquartered in Almaty, Kazakhstan, with country offices in Ashgabat, Turkmenistan; Dushanbe, Tajikistan; and Tashkent, Uzbekistan; and provides broad programmatic and administrative support to USAID/Kyrgyz Republic in Bishkek, Kyrgyzstan. Central Asia is bordered by Russia, China, Iran and Afghanistan. Due to its substantial oil and gas reserves, it is a region of considerable geopolitical and strategic interest to the United States.

The Regional Mission for Central Asia (USAID/CAR) is responsible for the strategic planning, program design and implementation, achievement of results, and reporting for the USAID assistance programs for the five Central Asian Republics. The U.S. Government’s program of assistance in the region is focused on the growth of small-scale enterprise and trade; building a more open, democratic culture; better management of environmental resources, including energy; and improved primary healthcare. It ranks as one of the Agency’s largest programs, with funding levels that have averaged over $110 million annually. The Mission implements its programs together with more than 80 implementing organizations funded via acquisition and/or assistance mechanisms. The staff manages a program that addresses six program areas principally focused on assisting these former communist states in making the transition to Western-style democracies with viable market economies.

The Mission currently has three technical offices: Office of Economic Development (ED), Democracy and Governance (DG), and Health and Education (HE) and is in the process of finalizing developing its new whole-of government strategy under USAID Forward and designing of new projects implementing Almaty Consensus for each country and the region that require significant restructuring of our implementation portfolio.

USAID Assistance Program in Turkmenistan totaling approx $6 million annually is geared to providing assistance in the development of economic, social and political reforms and helping to build a base for democratization. It is a challenging work environment and this position requires an experienced professional, technically qualified individual who can exercise sound judgment, and can articulate and uphold the Agency’s strategic objectives and goals within the broader context of the USG foreign policy objectives in a diverse and constantly changing environment.

The incumbent will assist in managing the seven-person Turkmenistan Country Office (TKO) and will be involved in the design, planning and implementation of Turkmenistan’s development assistance portfolio. S/he is responsible for analysis of effectiveness and coordinating TKO activities in the areas of democracy, health, education and economic development sectors. In addition, the incumbent ensures proper management and administrative operations for the country office. The incumbent works closely with USAID/Central Asian Republics technical officers, the Embassy Country Team and visiting USG officials and coordinates USAID assistance with other donors, U.S. partner organizations, and host government officials.

B) DUTIES AND RESPONSIBILITIES

Under the direct supervision and technical guidance of the USAID/CAR Mission Director, the Turkmenistan Country Office (TKO) Director serves as a senior member of an 8-person team within the TKO in Ashgabat. The incumbent participates in the conceptualization, design and overall management of USAID/CAR’s Regional Mission policy strategy/portfolio for all Mission’s strategic and crosscutting objectives in. Duties and responsibilities include but are not limited to:
Under the overall direction of the USAID/CAR Regional Mission in Almaty, Kazakhstan and the direct supervision of the Supervisory Program Officer, Turkmenistan Country Office (TKO) Director, the incumbent actively participates in the conceptualization, design and overall management of USAID/CAR’s policy strategy/portfolio for the Mission’s strategic and cross-cutting objectives in Turkmenistan. The incumbent serves as the defacto Deputy Director in USAID/CAR/Turkmenistan Country Office. In that position s/he is responsible for assisting in oversight and coordination of an approximately $6 million annual assistance portfolio implemented. In this role the incumbent participates in the supervision of six Foreign National Personal Services Contractor (FNPSC) employees.

The incumbent is the alter ego of the Office Director and assumes the responsibilities and authority of the TKO Director in his/her absence. This requires that the incumbent is fully familiar with U.S. government policy priorities, as well as all programs and activities, the issues and objectives involved, and the implementation partners and local counterparts. As needed, the Country Office Director may delegate specific responsibilities or assignments to the incumbent, on either a short-term or long-term basis. The incumbent is required to travel frequently within Turkmenistan to monitor USAID activities and to travel, as well, to the USAID/CAR Regional Mission office in Almaty, Kazakhstan to consult with Mission management and technical support office staff. The incumbent will be required to represent USAID at meetings within the highest levels of the U.S. and Turkmenistan governments.

Areas of responsibility for the position include but are not limited to:

1) Assist the TKO Director and Country Office staff to achieve the desired outcomes of USAID/CAR’s program in Turkmenistan in the most effective and efficient manner.

2) Provide expert advice, technical leadership, and coordination in the conceptual design, development and implementation of USAID/CAR projects/activities in Turkmenistan as well as monitoring the progress of these activities.

3) Serve as a liaison official for USG assistance with the Government of Turkmenistan, the American Embassy in Ashgabat, local and international nongovernmental organizations, institutional contractors and international donor organizations, and the private sector.

4) Take the lead for the Country Office in program management/administration in terms of Turkmenistan’s budget and reporting processes, including tracking and maintaining budget information, as well as coordinating all information for reporting purposes, with responsible Almaty staff as well as Embassy personnel, as appropriate. This includes the annual Strawman and 653a planning and reporting processes.

5) As delegated by the Country Office Director, the incumbent will take the lead in producing annual reporting documents including the Performance Plan Report (PPR), the Operational Plan (OP), Portfolio Reviews, Strategy Reviews, Mission Strategic Resource Plan (MSRP) and related or similar documents.

6) The Incumbent will be the primary point person and take the lead on ensuring that U.S. Government gender, people with disability and environmental compliance regulations are followed and met.

7) Through field observation, analysis, and consultation with host government, international donor organizations and other local entities, identify needs for USAID assistance in areas consistent with U.S. Government Strategic Goals and policy priorities. Advise the Turkmenistan Country Office and USAID/CAR’s Regional Office of these needs, and as required, develop concept papers and project designs outlining the potential USAID response. Incumbent keeps the Country Officer apprised of issues, problems, successes and solutions in the management of the country office and of USAID’s program in Turkmenistan.

8) Take the lead for the Country Office in the overall conceptualization and implementation of assigned activities within TKO portfolio and supervise local staff responsible for such activities.

9) Assist the TKO Director to maintain effective liaison and communication between the USAID/CAR’s Regional Office in Almaty, the U.S. Embassy in Ashgabat, USAID grantees and contractors, other donors, the Government of Uzbekistan, AID/Washington and the Office of the Assistance Coordinator for Asia.

10) Coordinate TKO’s procurement planning processes including serving as a liaison on procurement issues with USAID/CAR’s Office of Acquisition and Assistance and technical offices, overseeing the preparation and updating of the annual procurement plan in compliance with USAID/CAR’s established deadlines and ensuring that USG procurement regulations including PALT timelines, waivers, statutory checklists, etc. are understood, followed and completed by TKO.

11) Supervise the Public Outreach efforts of the Country Office: assisting in the development of briefing materials, newsletters and press releases on assistance programs and ensuring that all outreach and media materials are of a high quality, coordinating with Public Outreach and Communications Specialist in Almaty and establishing a close working relationship with the Public Affairs section in the U.S. Embassy.

12) Serve in the absence of the Country Office Director as a member of the U.S. Embassy/Ashgabat Country Team, and the USAID representative to the Donor Working Groups and with the Government of Turkmenistan.

13) Serve as the Primary and/or Alternate Agreement/Contracting Officer’s Representative (AOR/COR) in one or more sectors.

14) On a continual basis, the incumbent critically reviews USG and other donor activities to ensure maximum coordination and leverage for USG policy initiatives. Based on a thorough understanding and analysis, the incumbent recommends new and/or changes to existing programs and activities. He/she works closely with the Office of Acquisition and Assistance to participate in USAID/Central Asia Design Teams for the development of scopes of work (SOW) and/or program descriptions for new activities, project assessments, evaluations and other related efforts. He/she assures quality control and timely preparation of financial obligating documents and authorizations as required by the USAID/Central Asian Republics regional mission.

15) Ensures that all administrative and accountability requirements related to USAID operations and activities are handled in accordance with established policies and procedures, in consultation with USAID/CAR Regional Controller and Regional Executive Officer in Almaty.

16) Contributes to regular and frequent reporting to the USAID/Central Asian Republics Mission in Almaty, the Mission Director, the Deputy Chief of Mission, the Asia Bureau Offices on progress, successes, impacts, problems, constraints, and issues related to USAID-financed programs in Turkmenistan.

17) Monitors other donors’ programs in Turkmenistan to make sure that programs are complementary and consistent, and informs USAID/CAR/Almaty on other donors’ plans and activities in Turkmenistan.

C) Supervision Received

The incumbent will work under broad guidance of the U.S. Direct Hire Supervisory Program Officer (Turkmenistan Country Office Director), work is performed with a high degree of independence.

When serving in the capacity of acting Country Office Director the incumbent will report directly to the USAID/CAR Mission Director or his/her designee; also as acting Country Office Director the incumbent will be under parallel supervision from the U.S. Ambassador to Turkmenistan.

D) Supervision Exercised

The incumbent will have direct supervisory responsibilities for FSN staff, as will be determined by the Country Office Director.

When serving in the capacity of acting TKO Director, the incumbent will assume full supervisory responsibility for the entire Turkmenistan Country Office (6 FSNPSC employees).

Aas assigned the incumbent may be also responsible for directly supervising and monitoring the Chiefs of Party and the activities being funded by USAID.

E) Levels of Contacts

The Incumbent actively engages in official personal contacts with Host-Country high ranking officials (at the Ministerial level), different U.S. Agencies, international organizations, private groups, U.S. or foreign private groups, etc. In Turkmenistan it is expected that personal contacts will include, but not be limited to, the following:

Head of State, Republic of Turkmenistan
Speaker of Parliament, Republic of Turkmenistan
Ministers and Deputy Ministers in Turkmenistan
The heads of various social sector committees in the Presidential Apparatuses in Turkmenistan
U.S. Ambassador to Turkmenistan
Chiefs of Party of USAID-funded IAA, contractors, and grantees
Senior officials and executives at U.S. Headquarters of USAID-funded IAA, Contractors, and Grantees
PVOs, NGOs
Host Country Officials
International Donors
Visiting USG Officials (Congressmen, Senators, CODELs, Staffdels)

F) QUALIFICATION REQUIREMENTS

1) General: Must be a U.S. citizen, must be able to obtain a U.S. Government “Secret” security clearance. Must be able to secure a medical clearance to serve in Turkmenistan. Must be willing to travel throughout Turkmenistan and occasionally to other countries in Central Asia.

2) Prior Work Experience: Minimum seven years of progressively responsible experience demonstrating knowledge and competency in the design and management of international donor-funded development programs/projects, and evaluation of such projects to improve their quality, relevance, and cost-effectiveness. At least five years of effective international program development/management experience including strategic planning and analysis while residing in a transitional or developing country as well as the ability to function in complex, frequently changing political and economic conditions. Preference will be given to those with experience in Central Asian Republics or other post-Soviet republics. At least two years of successful leadership experience in a team environment.

Minimum three years professional experience managing and overseeing donor funded programs in one or more of the following relevant sectors, economic growth, democracy and governance, health, education, conflict mitigation, and/or energy.

3) Knowledge and Technical Skills: Practical knowledge and demonstrated competency in the design, management, and evaluation of projects to improve their quality, relevance, and cost-effectiveness. Familiarity with USG’s policies and priorities and means of delivering assistance in developing nations.

Comprehensive knowledge of the political, social, and economic characteristics of the former-Soviet countries and Central Asia particularly.

Management skills to analyze and resolve a wide range of challenges and problems arising in project/activity implementation; intellectual curiosity; balanced judgment; and the ability to conceptualize – both strategically and programmatically; and an ability to generate trust and build alliances with donor partners.

Exceptional proficiency in oral and written communications, demonstrated ability to produce professional quality analytical pieces and to report on the status of activities and projects; to establish and maintain effective relations with all levels of people in former-Soviet countries; and, to represent USAID/CAR’s projects and strategies in professional meetings and conferences. Must be able to make oral presentations logically and persuasively to senior officials, other donors, the NGO community, and to USAID and other USG officials.

Proficiency with computer programs, including those in budgeting, presentations and desktop publishing.

Knowledge of USAID portfolio management requirements and experience in project management, monitoring and evaluation is preferred. Preference will also be given to individuals with knowledge of USAID procedures and systems for strategic planning, results frameworks, activity design, program monitoring and evaluation. Hands-on experience with and knowledge of Agency-provided computer software and hardware used in the USAID system.

4) Interpersonal and leadership skills: Exceptional leadership, communication and interpersonal skills and demonstrated ability and willingness to function collaboratively and productively as a member of a multi-disciplinary and multi-functional team, and must have the ability to work effectively in a team environment to achieve consensus on policies, activities and administrative matters. Proven ability to work as a team member, successfully lead teams and effectively build teams.

Proven ability to work well in complex institutional settings and to develop networks of relationships that facilitate collaboration among colleagues and a genuine interest in assisting USAID staff with expedient program implementation. Must exercise discretion, tact and diplomacy especially when dealing with politically sensitive issues, must be able to interact effectively with a broad range of internal and external partners and USAID clients, international organizations, and host country government officials or NGO counterparts. Technical skills are not sufficient to be selected for this position.

5) Education: Bachelor’s degree in one of the social sciences, economic, or in public/ business administration, political science, international relations, international development, public policy, or other relevant subject area. A graduate degree is preferred.

6) Language Skills: Must be fluent in English (Level IV) and have proven ability to communicate quickly, clearly, and concisely, both orally and in writing, including technical reports and strategic, conceptual documents. Good Working Knowledge of Russian Language (minimum FSI proficiency S3/R3).

D) SELECTION CRITERIA

Applicants will be evaluated against the following criteria:

Education: 05 points
Experience: 25 points
Knowledge and Technical Skills: 25 points
Interpersonal and Leadership Skills: 25 points
Language Skills: 20 points
Total: 100 points

Notice to Applicants: The USAID reserves the right to obtain from previous employers relevant information concerning the applicant’s past performance and may consider such information in its evaluation.

9. APPLYING

Qualified individuals are requested to submit a Optional Application for Federal Employment OF-612 including experience, salary history, list of references, and recent sample of his/her written work (maximum 1-3 pages, i.e. policy memo) no later than COB (6 p.m. Almaty time) August 5, 2013. The form is available at the USAID website, http://www.usaid.gov/forms/ or http://transition.usaid.gov/forms/OF612.pdf. Applications, recent supervisor reference and three (3) personal references, and writing sample may be submitted by e-mail, fax, DHL or FedEx air courier by the closing date, above, to:

Tatiana Rossova
Personnel Specialist
Personnel Office
USAID/CAR Almaty
41 Kazibek Bi Street
Almaty, Kazakhstan
Email: almaexo_hr@usaid.gov
Fax: 7 727 2507634/35/36

Email or faxed documentation is preferred as mail delivery may be untimely. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter.

USAID/CAR expects to award a personal services contract for an off-shore US Citizen for two-year period commencing o/a September 01, 2013, subject to security and medical clearances and funds availability. The duty post for this contract is Ashgabat, Turkmenistan.

10. Benefits include post differential, housing, and other benefits per USAID regulations. Basic household furnishings will be available in quarters to be provided by USAID.

11. For more information about USAID/Central Asian Republics see Mission’s website http://centralasia.usaid.gov/

Attachment 3

AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS:

1. BENEFITS
Employer’s FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase
Eligibility for Worker’s Compensation
Annual & Sick Leave
Eligibility for 401(k)

2. ALLOWANCES (if Applicable).
(A) Temporary Lodging Allowance (Section 120).
(B) Living Quarters Allowance (Section 130).
(C) Post Allowance (Section 220).
(D) Supplemental Post Allowance (Section 230).
(E) Separate Maintenance Allowance (Section 260).
(F) Education Allowance (Section 270).
(G) Education Travel (Section 280).
(H) Post Differential (Chapter 500).
(I) Payments during Evacuation/Authorized Departure (Section 600), and
(J) Danger Pay (Section 650).

LIST OF REQUIRED FORMS FOR PSCs

1. Optional Form 612.
**2. Medical History and Examination (DS-1843) or Contractor Physical Examination (AID Form 1420-62).
**3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or
**4. Questionnaire for Non-Sensitive Positions (SF-85).
**5. Finger Print Card (FD-258).

NOTE: Form 5 is available from the requirements office.

* Standardized Regulations (Government Civilians Foreign Areas).
** The forms listed 2 through 5 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job.

3. POLICY GUIDANCE PERTAINING TO PSCs

a) ACQUISITION AND ASSISTANCE POLICY DIRECTIVES (AAPDs) and CONTRACT INFORMATION BULLETINS (CIBs) contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to this website http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which AAPDs and CIBs apply to this contract.

b) AIDAR: The Agency for International Development Acquisition Regulation (AIDAR) Appendix D – Direct USAID Contracts With U.S. Citizens or U.S. Residents for Personal Services Abroad found at:http://www.usaid.gov/policy/ads/300/aidar.pdf is the primary regulation governing USPSCs for USAID.

Place of Performance: Ashgabat TM URL: https://www.fbo.gov/spg/AID/OM/ALM/20-2013/listing.html
OutreachSystems Article Number: 130716/PROCURE/0074
Matching Key Words: writ*; technical; 


Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

T--Production of ten hostile intent decision-making scenarios for the FATS system as required by the Center for Security Forces. N0018913T0250 081513 Chandra Brinkley 757-443-1442 The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk intends to negotiate a Firm Fixed Price contract utilizing the procedures under FAR Part 13.5, Test Program for Certain Commercial Items.
The contractor shall produce ten hostile intent decision-making scenarios for the FATS system currently in use through the CENSECFOR domain. Additionally, the vendor will provide scenario production processtraining for CENSECFOR project manager(s) and video production crews to enable future scenario production600px-US-DeptOfNavy-Seal.svg capability by CENSECFOR using their own authoring station. This notice of intent is NOT a request for competitive quotations.
The North American Industry Classification System (NAICS) code for this acquisition is 512110 and the size standard is $30M.
This prospective Request for Proposal (RFP) will be solicited as a 100% Small Business set-aside.
A complete RFQ package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil or FEDBIZOPPS at http://www.fedbizopps.gov on or around 18 August 2013. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.
Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
URL: https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913T0250/listing.html
OutreachSystems Article Number: 130716/PROCURE/0093
Matching Key Words: video*; produc*; train*; website; site?; business*; produce?; production?; commercial?; naics!512110; 


Department of the Army, Army Contracting Command, ACC-APG – Aberdeen Division D, ACC-APG – Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013

R–Seek information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement. W91CRB-13-R-0048 052813 Ralph F. Kaminski, 410-278-4982 ACC-APG – Aberdeen Division D Estimated Dollar Value: $2.5 million

Type Contract: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. A three-year ordering period from date of award.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. $14 million.

The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses150px-AMC_dui at all levels.

The objective of this effort is for the contractor to provide technical support services in the concentrated areas of (a) data collection, mapping, analysis, normalization, and database implementation; (b) development of cost estimating relationships (CER), cost-performance estimating relationships (CPER), cost factors, new cost sub-models, and new costing methodologies; (c) performing special cost analysis studies relating to Aircraft Systems, including a broad spectrum of special programs; and (d) training to include classroom, small group, and one-on-one database, CER, CPER, and cost models instruction and support.

A draft copy of the Performance Work Statement (PWS) is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark . This document provides specific, detailed requirements to fulfill this requirement.

Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions.

1. Questions relating to the North American Industrial Classification System (NAICS) code 541690.
a. Provide your business size for (NAICS) code 541690, socioeconomic status as a small business, or other than small.
b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code.

2. What is your firm’s intent on this requirement?
a. Providing a proposal as a Prime____
b. Subcontracting____

3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541690.

4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work?

5. Questions relating to adequate accounting system for a cost type contract.
a. Does your firm have an accounting system approved by the DCAA for your firm’s Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b.
b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm’s accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading quote mark Additional Info quote mark .

6. Please provide 3 examples of relevant experience representative of your firm’s ability to provide the services cited in the PWS.

7. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 28 May 2013.
Place of Performance: ACC-APG – Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD 21005-3013 US URL:https://www.fbo.gov/notices/3e3ec4f306dea1331544719a8a5151c6
OutreachSystems Article Number: 130716/PROCURE/0439
Matching Key Words: documentar*; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

150px-AMC_duiR–SPIRIT OF AMERICA FY 2014-2017, JOINT BASE MYER-HENDERSON HALL (US ARMY MILITARY DISTRICT OF WASHINGTON)
W9124D13Q5527 073113 Teresa Simpson, (502) 624-6838 MICC Center – Fort Knox AMD 0001: Changes the following statement to read: Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), WEDNESDAY, 31 July 2013:…

DESCRIPTION: Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation being issued for a firm-fixed-price (FFP) contract with a base with two, one-year option periods. The base period of performance is 2/17/2014 through 2/16/2015. The purpose of this synopsis is to gain knowledge of interest, capabilities, and past performance (i.e., relevant and recent experience) of existing small business concerns who can support requirements for live, stage productions as a prime contractor. Each contract period may include the following functional tasks: Phase I-Pre-production (February – March time frame); Phase II-Production (April – May time frame);
Phase III-Rehearsals (June – August time frame); Phase IV-Scheduled Performances (September – October time frame); and Phase V-After Action Reviews and Lessons Learned Reports (November – December time frame).

BACKGROUND: The Spirit of America (SOA) is truly an unforgettable experience that for more than 30 years has taken thousands of audience members through an action-packed timeline of American history. The SOA brings together more than 300 active duty Army Soldiers from U.S. Army Military District of Washington (MDW) to various cities throughout the USA, presents the nation’s history through breathtaking ceremonial and precision military drills, historical reenactments, soul-stirring music and dramatic real life stories, and shows how the US Army’s history is also our nation’s history. The SOA story lines are historical accounts taken directly from Soldiers’ letters and diaries to create this powerful drama, designed to entertain while presenting the history and development of the US Army from its origins through the wars, conflicts and missions that have molded the Army and the nation. Whenever the SOA is produced, the public is invited to join the Army in celebrating the Strength of the Nation and experience free SOA performances. The MDW Soldiers are the face of the Army within the National Capital Region (NCR). This distinguished group of active duty Army professionals is another example of the Army’s diversity and excellent talent performing dramatic, entertaining and historical reenactments with production guidance from MDW’s Office of Ceremonies and Special Events. Live, stage productions are a distinctive way for the Army’s elite ceremonial units to express their talents through collaborative efforts, careful planning, and flawless execution. It also brings together the Army’s SOA showcase events by telling the Army’s global story to the public to honor the past and present sacrifices of American Soldiers, while at the same time presenting the Army of today and the Army’s future by enhancing Army recruiting efforts. For information about the Army’s SOA go to: http://spiritofamerica.mdw.army.mil.

EXAMPLES OF FUTURE VENUES:

SOA 2014-2015: Washington, DC (DC Armory/Rehearsals Only); Boston, Massachusetts (TD Garden); Albany, NY (Times-Union Center); Hershey, PA (Giant Center)

SOA 2015-2016 & SOA 2016-2017: To be determined (TBD)

EXAMPLES OF PAST VENUES:

Twilight Tattoo (TLT) incorporated into the SOA (i.e., National Capital Region (NCR) weekly performances between 25 April 2012 and 27 June 2012, Joint Base Myer-Henderson Hall (JBMHH), VA).

SOA 2012: Washington, DC (DC Armory & Convention Center); Greensboro, NC (Greensboro Coliseum Complex); and Columbia, SC (Colonial Life Arena).

SOA 2011: Washington, DC (DC Armory, Convention Center, & Verizon Center); North Charleston, SC (North Charleston Coliseum); and Jacksonville, FL (Jacksonville Veterans Memorial Arena).

SOA 2010: Washington, DC (DC Armory & Convention Center); Grand Rapids, MI (Van Andel Center);
Highland Heights, KY (Bank of KY Arena); and Pittsburgh, PA (Consol Arena).

SOA 2009: Washington, DC (DC Armory & Convention Center); Columbus, OH (Nationwide Arena);
Fairfax, VA (Patriot Center); and Providence, RI (Dunkin Donuts Center).

SOA 2008: Washington, DC (DC Armory & Convention Center); Rochester, NY (Blue Cross Arena); and
Worcester, MA (Digital Credit Union).

SOA 2007: Washington, DC (DC Armory & Convention Center); Manchester, NH (Verizon Wireless Arena); and Pittsburgh, PA (Mellon Arena).

PRIOR CONTRACTS: W9124D-11-C-0004 & W91QF7-10-C-0007-View One, Inc.; and W91QV1-08-C-0032-Eggs and Bacon, Inc.

CONTRACTOR MANPOWER REPORTING: Required
CITIZENSHIP: US Citizenship required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
DOL’S SERVICE CONTRACT ACT: APPLICABLE FOR EACH LOCATION.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. FONT: 10-pitch (Arial or Times New Roman. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), WEDNESDAY, 31 July 2013:

1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov)
and SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include location’s county); and point of contact’s full name, title, e-mail address, and telephone number.

2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile).

3. Capabilities Statement:

a. Ability to manage, plan, staff, budget, schedule, and provide quality control for live, stage productions services in support of government story lines. For example:

(1) Pre-Production includes: Planning, coordinating and scheduling; Designing technical, logistical and theatrical components (venue screening, reconnaissance, specifications, and logistics); and Developing all scene designs and technical system designs for lighting, audio, video display and production sets. Developing government-provided story line into a viable, professionally written script with all appropriate stage directions incorporated.

(2) Production includes: Executing plans and designs required to assemble and construct the physical components of SOA productions (set pieces and props, image display programming, assembly of cast and crew); and Integrating all production elements through personnel and equipment rehearsals.

(3) Event Production includes: Technical, logistical, and theatrical services provided on-site at each performance venue. The load-in, set-up rehearsals, performances, teardown, and load-out from all SOA productionvenues.

b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than $2 million per year) and nature of work/scope to SOA-related services; and recency-ongoing services or must have been performed during the past three years). For example:

(1) How many live, stage productions did source manage as the prime contractor?

(2) What was the duration of the source’s three most successful live, stage productions?
(a) Who was the audience (i.e., academic, industry, public, or government groups)?
(b) What was each one’s audience size?
(c) What was the venue?
(d) What was each one’s price range (i.e., greater than or equal to $2M per year)?
(e) If quality awards received, include title and date received.
(f) If certifications required, include description, date received, and expiration date.
(g) References for cited examples should include: company’s full, legal name and address; and point of contact’s name, title, e-mail address, and telephone number).

Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EDT-Fort Knox time), Wednesday, 17 July 2013. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.

This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/5471b21c6d5f36aaea33b367db318922
OutreachSystems Article Number: 130716/PROCURE/0521
Matching Key Words: video*; produc*; site?; page?; business*; entertain*; documentation; event?; produce?; production?; commercial?; age:state!ky; state!ky; writ*; script?; technical; 

Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123

U–PEER SUPPORT CERTIFICATION TRAINING SEEKING RESPONSES FROM NOT-FOR PROFIT ORGANIZATIONS IN ACCORDANCE WITH PUBLIC LAW 111-63 VA77713Q0114 071713 WANAKEE STRICKLAND WANAKEE.STRICKLAND@VA.GOV questions by 07-16-2013 @10am. Wanakee.Strickland@va.gov 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.VA
The provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-23, effective December 26, 2007.
This requirement is being synopsized under standard industrial classification code 8093, only seeking not-for profit organizations.
The Department of Veterans Affairs Medical Center/Employee Education Resource Center, St. Louis, MO proposes to enter into a competitive commercial item contract with a not-for profit organization: (1) This solicitation is restricted and The North American Industry Classification System (NAICS) is 621420. Public Law 111-163 authorizes VHA to develop a contract for peer support services with a not-for profit organization.
Interested persons may identify their interest and capability to respond to the requirement or submit proposals by 15 July 2013 by 1:00pm CST to Wanakee Strickland, wanakee.strickland@va.gov,.
The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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/these address (es): http://www.arnet.gov/far (FAR) andhttp://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Past Performance; 2. Price. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers.
Statement of Work
Peer Support Certification Training
Office of Mental Health/ Employee Education System (EES)
1. PURPOSE. The purpose of this contract is to provide training and certification for non-certified peer support apprentices and peer support technicians. VHA’s Psychosocial Rehabilitation and Recovery Services Section in the Office of Mental Health Services (OMHS) have been charged with developing and approving peer support certification training services. The Director of Peer Support Services for the Office of Mental Health Services is responsible for the program of peer support in VA’s mental health programs.
2. BACKGROUND. Peer support services were formally initiated in VHA mental health programs in 2006 with funding that enhanced mental health programs with recovery-oriented services, and a Director of Peer Support Services in OMHS was hired in 2007. Prior to the passage of Public Law 110-387 in October 2008, peers hired in VHA were not required to be certified to provide peer services. The passage of this law as well as Public Law 111-163 (passed in May 2010) not only required that peer support specialists in VHA be certified by an appropriate peer certification program but also provided authorization for VHA to develop a national contract with a not-for-profit agency to provide training for Veterans to provide peer support services. Peer support services are an essential component of transforming VHA’s mental health programs to the recovery model and are required by VHA Handbook 1160.01, Uniform Mental Health Services in VA Medical Centers and Clinics. A contract for this purpose is currently in force with the Depression and Bipolar Support Alliance, but expires due to need to expand the scope and have open competition for additional training. The current contract for 160 employees is VA741-13-C-0019.
3. Objectives. The contractor shall provide VA employed peer support apprentices or technicians with training and certification. The training must result in employees being fully prepared to take and pass a certification examination administered by the award vendor. This training must cover the competencies and skills for peer support services in mental health programs as defined by OMHS and described in the Specific Tasks and Deliverables Section below.
4. Scope. The Contractor shall provide the required labor and materials to develop and present a peer support specialist training and certification program for VA employees nationwide,. Classes will be up to 20 students per class and for a total of 18 classes per year. Contractors shall follow the existing quality control plan that contains, at a minimum, a description of the inspection system to cover all services including areas to be inspected and the schedule of inspection, a description of the methods used for identifying and preventing defects in the quality of services and a description of the records to be kept to document inspections and any corrective/preventive actions taken in advance of the award of the contract.
Services: Peer support certification training, including didactic, experiential, and multimedia modalities, covering the 34 competencies that VHA has designated as required for peer support staff are identified in the Specific Tasks and Deliverables section below. Some competencies marked with an asterisk in the list of mandatory tasks must have an experiential component that includes role playing and provides for demonstration of those skills in order to establish competencies.
Training for the competencies that do not require the face-to-face experiential modality may be provided through in-person training or through completion of workbook materials, manuals, or online learning conducted prior to the experiential training. Attachment (A) has been included which gives details of guidelines and expectations VHA will use to evaluate the responses to this proposal. Attachment (E), VA Reviewer Rating Tool to Evaluate Peer Support Certification Training RFPs, is the actual tool the VA review team will use in evaluating submitted proposals. Completion of Attachment (D) is recommended but optional, and may be submitted with required deliverables.
An examination that demonstrates mastery of the peer support competencies and skills must be administered by the contractor in two segments. A performance based segment that demonstrates mastery of the competencies and skills learned in the face-to-face training (those marked below with an asterisk under “Task One”) will be administered during the face-to-face training. A second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility.. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS.
5. Specific Tasks and Deliverables. If for any reason, any deliverable cannot be delivered on time according to the below schedule, the contractor shall provide a written explanation three days prior to the due date to the Contracting Officer Representative (COR). This written transmittal shall include a firm commitment of when the work shall be completed. This transmittal to the COR shall cite reasons for the delay, and the impact on the overall project. The COR will review collaboratively with the program office and facts and issue a response in accordance with the contract terms and conditions. Unless otherwise specified an electronic copy shall be placed in the designated CBO SharePoint site or other CBO-designated site. Specifically, the contractor shall:
5.1 Task One. The contractor shall develop a plan for training to thoroughly cover the following 34 competencies. Competencies that must have an experiential performance based modality of training that includes role-playing or other demonstration of skills, observed and critiqued by the trainer, are marked with an asterisk in the list below. The contractor may include other topics/competencies in the training which they deem appropriate or are required by their state’s peer support certification training approval process.
Recovery Principles
Overview of Psychosocial Rehabilitation
Components of Recovery
Stages of Recovery
Peer Support Role in Psychosocial Rehabilitation
Peer Support Principles
*Being a role model
*Instilling hope
*Being an Advocate
Principal Duties of Peer Support Staff
Cultural Competence
*Understanding how roles of ethnicity, race, spirituality, gender, sexual orientation, local community and other sub-cultures may influence recovery.
Communications Skills
*Effective Listening & Asking Questions Skills
*Communication styles (passive/aggressive/assertive), and Verbal and Nonverbal communication
*Conflict resolution skills
Group Facilitation Skills
*Basic Understanding of Group Dynamics and interactions
How to Use Support Groups
Addressing Stigma
*Managing Internalized Stigma
*Managing Environmental Stigma
Understanding Different Illnesses
Major Psychiatric Conditions in DSM IV
Addictive Disorders
Co-Occurring Disorders
Medications and side effects

Recovery Tools
*Using Recovery workbooks and other self-help instruments
*Problem solving, using solution focused strategies
*Telling your personal recovery story, being mindful of who you’re addressing
Self-help Groups
Teaching how to manage self-talk and combating negative self-talk
Professional Development & Workplace Skills
*Ethics
*Boundary Issues and Dual Relationships
*Working effectively with professionals on an interdisciplinary team
Managing Crisis and Emergency Situations
Early Warning Signs of Illness’ Symptoms Worsening
*Crisis Prevention, Using Resources Early
*Crisis Interventions
*Understanding Suicide Prevention
*Challenging situations with veterans who are under the influence of substances, angry, in psychosis or non-verbal state.
Personal Safety Issues
Deliverable 5.1.1. Provide a written training plan that describes how each competency will be taught (didactic, multi-media presentation, role playing or other experiential form of learning), identifying which of the contractor’s teaching materials will be used with reference to page/section and the time spent on each competency.
Deliverable 5.1.2: Provide all teaching materials that will be used in the training plan for review, including training manuals, power point presentations, and audio-visual resources. Electronic versions of any of these materials may be sent via e-mail.
5.2 Task Two. The Contractor shall develop an examination that demonstrates mastery of the peer support competencies and skills that will be administered in two segments. A performance based segment that demonstrates mastery of the competencies and skills learned in the face-to-face training (those marked above with an asterisk under “Task One”) will be administered during the face-to-face training. A second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS. The competency that each test item covers is clearly identified on the provided test document or an accompanying document.
Deliverable 5.2.1. Copy of proposed test if one is already in use or a plan to develop such a test, which identifies the competencies each test item measures.
Deliverable 5.2.2. Copy of validity and reliability report of proposed/existing test.
5.3 Task Three The Contractor shall present training curricula developed above to classes of peer support technicians or peer specialists at times agreed upon by both organizations. The classes will not have more than 20 members per training.
Deliverable 5.3.1: Schedule of training classes offered, at least two each month from July to December 2013, at St. Louis VA Medical Center training room.
5.4 Task Four: The Contractor shall administer and grade performance based competency assessments during the face-to-face training and a second segment of the examination will be administered to measure the competencies and skills that do not require a face-to-face experiential modality after completion of the training or at a later time agreed upon and acceptable to VHA for administration at the student participant’s home facility.. Peer support staff must pass the examination with a score determined by and agreeable to the vendor and OMHS.
Deliverable 5.4.1: Plan of certification testing schedule
Deliverable 5.4.2: A written template of letter to inform participants of testing results
Deliverable 5.4.3: A written plan for participants who have not passed the exam on the first attempt.
5.5 Task Five: The Contractor shall provide a response to VA staff inquiries about VA peer specialist certification training within one working day of the inquiry.
Deliverable 5.5.1: Two templates: One for verbal response for telephone inquiries and an e-mail template for written response to an e-mail inquiry.
Deliverable 5.5.2: Telephone/e-mail call and response logs
5.6 Task Six: The Contractor shall provide VA staff who request an application a written application form that contains information necessary to register them for the next training. All forms will be attachable to e-mail messages so that there is maximum flexibility for registering for classes. Application forms will be approved by MHS and EES to approve for privacy issues.
Deliverable 5.6.1: A template of the application form.
5.7 Task Seven: The Contractor shall provide VA staff with a template for a letter of acceptance with specific details of for trainings, VA/EES staff will distriubute to attendees.
Deliverable 5.7.1: A written template of acceptance letter with information for participant.

5.8 Task Eight. The contractor shall develop an individualized training report for each participant describing participant’s attendance, punctuality, level of participation, attitude towards learning, acquisition of competencies/skills, score on final competency test, evaluation survey completed by the student expressing satisfaction with the training and recommendations for continued learning to the participant with a copy to the Director of Peer Support Services in OMHS.
Deliverable 5.8.1. Proposed Template for the Individualized Written Training Report.
Deliverable 5.8.2. Proposed satisfaction survey template to be completed by each student who takes the training. To be reviewed and approved by EES evaluation team.
Deliverable 5.8.3. Individualized Written Training Report For Each Participant at the Completion of Training
5.9 Task Nine. The contractor shall develop an aggregated annual report summarizing
” data of number of student participation by facility
” total number of students
” percentage passing certification test
” content validity and reliability measure, reporting any test item that is answered incorrectly greater than 60 percent of the time by students taking the test the first administration of the test in 2nd quarter
” a plan to rewrite or a substitute replacement question for any test item failing to attain the validity and reliability measure, to be approved by the VHA Director of Peer Support Services
” percentage completing/dropping out of training
” reasons for discontinuance
” percentage of students reporting full satisfaction with the certification training
” Deliverable 5.9.1. Template for Proposed Annual Report Template
” Deliverable 5.9.2. Template of Report of Content validity and reliability measure for test items.
” Deliverable 5.9.3 Template of Plan to rewrite or substitute replacement questions for test items which do not meet content validity and reliability measure.
Deliverable 5.9.4. Annual Report
Deliverable 5.9.5 Evaluation instruments provided by VHA will be administered and completed by the contractor during training.
5.12 Schedule for Mandatory Deliverables.
5.12.1 Table of Base Period Mandatory Deliverables Due Dates
REFERENCE DELIVERABLE DUE DATE
5.1.1 Written Training Plan Before contract award
5.1.2 Copies of any training materials used to train for every competency. Before contract award
5.2.1
Copy of Written/Performance Based Exam Identifying which Competencies Each Test Item Covers Before contract award
5.2.2 Copy of Validity and Reliability Report of Proposed/Existing Test Before contract award
5.3.1 Schedule of Training Before contract award
5.4.1 Certification Testing Schedule Before contract award
5.5.1 2 Response Templates for Training Inquiries- one written and one telephone Before contract award
5.5.2 Call and e-mail response log
Copies of E-mail inquiries and responses to VA Staff As requested
5.6.1 A Template of Application Form Before contract award
5.7.1 A Written Acceptance Letter Template Before contract award
5.7.2 Acceptance letter to applicants Within 10 working days from date of receipt of application
5.8.1 Individualized Written Training Report Template Before contract award
5.8.2 Proposed Satisfaction Survey Template Before contract award
5.8.3 Individualized Written Training Report Within one work week following individual’s completion of training.
5.9.1 Annual Report Template Before contract award
5.9.2 Template of Content validity and reliability measure for test items.
Before contract award
5.9.3 Template of plan to rewrite or substitute replacement questions for test items which do not meet content validity and reliability measure.
Before contract award
5.9.4 Annual Report November 1. To cover Oct. 1 previous year-Sept. 30 of current year (Federal Fiscal Year)
5.9.5 VHA learning evaluation instruments will be administered by the contractor During training sessions.
6. Period of Performance. The period of performance shall be from date of award for a period of 12 months or until all 18 classes completed. Training dates should avoid the following Federal holidays:
There is ten (10) Federal holidays set by law (U.S.C. Title 5 Section 6103):
Under current definitions, four are set by date:
New Year’s Day January 1
Independence Day July 4
Veteran’s Day November 11
Christmas Day December 25
If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday.
The other six are set by a day of the week and month:
Martin Luther King Day Third Monday in January
Washington’s Birthday Third Monday in February
Memorial Day Last Monday in May
Labor Day First Monday in September
Columbus Day Second Monday in October
Thanksgiving Fourth Thursday in November

7. Place of Performance. The Contractor shall prepare for the training location in St. Louis, Missouri at the Jefferson Barracks VA Medical Center training room. Projected trainings – 2 to 3 trainings for month of July, August, September, October, November and December, with 20 participants per training ( 40-60 per month) total of 360 potential participants that VHA will determine need to be trained. After December training will be scheduled as need until the 18 classes are exhausted.
8. Key Personnel. Certain skilled experience professional and/or technical personnel are essential for accomplishing the work to be performed. These individuals are defined as “Key personnel” and are those persons whose resumes were submitted and marked by the vendor as “Key Personnel”. Substitutions shall only be accepted if in compliance with “Substitutions shall only be accepted if in compliance with “Substitution of Key Personnel” provision identified below.
Name Title

Certified Peer Specialist Trainer
Training Program Manager/Supervisor
The Contracting Officer may notify the Contractor and request immediate removal of any personnel assigned to the task order by the Contractor that are deemed to have a conflict of interest with the government or if the performance is deemed to be unsatisfactory. The reason for removal will be documented and replacement personnel shall be identified within three business days of the notification. Employment and staffing difficulties shall not be justification for failure to meet established schedules.
8.1 Substitution of Key Personnel. All Contractor requests for approval of substitutions hereunder shall be submitted in writing to the COR and the Contracting Officer at least thirty (30) calendar days in advance of the effective date, whenever possible, and shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, and any other information requested by the Contracting Officer necessary to approve or disapprove the proposed substitution. New personnel shall not commence work until all necessary security requirements, as defined in Section J, have been fulfilled and resumes provided and accepted. The COR and the Contracting Officer will evaluate such requests and promptly notify the Contractor of approval or disapproval in writing.
8.2 The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor’s management responsibilities shall include all activities necessary to ensure the Accomplishment of timely and effective support, performed in accordance with the Requirements contained in the statement of work.
8.3 Domain Knowledge. Contractors will be expected to present proof of their knowledge of peer specialist certification training. The peer specialist trainers should have a minimum of 3 years experience as a practicing peer specialist and 2 years experience in teaching peer specialist certification training courses. The Peer Specialist Training Program Manager should have a minimum of 3 years experience as a peer specialist trainer and two years experience as a peer specialist training program manager. Domain knowledge criteria are specified below:
Recovery Principles Overview of Psychosocial Rehabilitation
Components of Recovery
Stages of Recovery
Peer Support Role in PSR
Peer Support Principles Being a role model
Instilling hope
Being an Advocate
Principal Duties of Peer Support Staff
Cultural Competence Understanding how roles of ethnicity, race, spirituality, gender, sexual orientation, local community and other sub-cultures may influence recovery.
Communications Skills Effective Listening & Asking Questions Skills
Communication styles (pass/agg/assert.), and Verbal and Nonverbal communication
Conflict resolution skills
Group Facilitation Skills Basic Understanding of Group Dynamics and interactions
How to Use Support Groups
Addressing Stigma
Managing Internalized Stigma
Managing Environmental Stigma
Understanding Different Illnesses
Major Psychiatric Conditions in DSM IV
Addictive Disorders
Co-Occurring Disorders
Medications and side effects
Using recovery workbooks and other self help instruments
Recovery Tools Problem solving, using solution focused strategies
Telling your personal recovery story, being mindful of who you’re addressing
Self-help Groups
Teaching how to manage self-talk and combating negative self-talk
Professional Development & Workplace Skills Ethics
Boundary Issues and Dual Relationships
Working effectively with professionals on an interdisciplinary team
Managing Crisis and Emergency Situations
Early Warning Signs of Illness’ Symptoms Worsening
Crisis Prevention, Using Resources Early
Crisis Interventions
Understanding Suicide Prevention
Challenging situations with veterans who are under the influence of substances, angry, in psychosis or non-verbal state.
Personal Safety Issues
Contractor Personnel Requirements. Personnel proposed shall have an in depth knowledge of:
” Knowledge of all the domains listed above;
” Specific knowledge of Military and Veteran Cultures;
” Expert knowledge of Peer Support Specialist Skills and Competencies;
” Expert knowledge of Supervision and Management of Peer Support Certification Trainers.
9. Training Coordination Meeting. The Contracting officer may hold a face to face post award meeting for the contractor and trainers to attend with OMHS Peer Support staff and Employee Education Staff. This will occur soon after contract is awarded to discuss details and answer questions. This contracting offer may valve this requirement or hold the meeting virtually.
10. Type of Contract. A firm fixed price contract is anticipated for this requirement.
11. Changes to the SOW. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
12. Government and Contractor Responsibilities.
a. The PM will provide the contractor with copies of documents that the VA is required to provide.
b. The contractor shall request other VA documentation deemed pertinent to the work accomplishment directly from the COR. The contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work.
c. The contractor shall maintain frequent communications with the Program Office and the COR to conduct work in progress reviews. Progress reports shall be delivered electronically to the COR and Program Manager, with an electronic courtesy copy to the Contracting Office.
13. Security Requirements
The C&A requirements do not apply, and a Security Accreditation Package is not required:
Table of QASP for Peer Support Certification Training Contract
Task/Deliverable Method of Surveillance Performance Indicator Standard Acceptable Quality Level
Training plan Direct observation Contains all required competencies Must include all competencies outlined in the PWS 100%
Draft Training Materials Direct Observation Curriculum contains lessons for each competency Must contain lessons for all competencies 90%
Final Training Materials Direct Observation Curriculum contains lessons for each competency; free of grammatical and spelling errors Must contain lessons for all competencies 100%
Call and E-Mail Response Logs Direct Observation Logs give dates, times of inquiries and when responded to, to requests for information about certification training. Must respond to inquiries within one working day of requests. 90%
Participant Satisfaction Survey Training is evaluated by peer technicians/specialists who take the training Level of Satisfaction indicated by survey No substantiated complaints found 90%
Individualized Training Reports Direct Observation Reports contain: participant’s
-attendance,
-punctuality,
-level of participation,
-attitude towards learning,
-acquisition of competencies/skills, -score on final competency test,
-evaluation statement completed by the student expressing satisfaction with the training and
-recommendations for continued learning Full report must be completed for each individual taking the certification training within one week of completion of the training. 100%
Annual Aggregated Training Report Direct Observation Report contains
-number of students participating by facility
-total number of students
- percentage passing certification test
-content validity and reliability measure, reporting any test item that is answered incorrectly greater than 60 percent of the time by first group of students taking the test
-a plan to rewrite or a substitute replacement question for any test item failing to attain the validity and reliability measure, to be approved by the VHA Director of Peer Support Services
-percentage completing/dropping out
-reasons for discontinuance
-percentage of students reporting full satisfaction with the certification training
Full report must be completed containing all of the elements and received by Director of Peer Support Services with a copy to the COR no later than November 1st to cover the previous fiscal year (Oct 1, previous year to September 30th, current year) 100%
VHA learning evaluation instruments will be administered by the contractor Direct Surveillance Each training event will have a VHA instrument to be used by contractor Each training event is evaluated 95% of attendees will complete evaluation instruments

?

ATTACHMENT A
KNOWLEDGE DOMAIN SKILLS & COMPETENCIES
Check if Covered Minimum Adequate time for Covering Comp
If Asterisked Includes Experiential Element
Offers Intern-ship
Teaches the Comp Adequately**
Recovery Principles Overview of Psychosocial Rehabilitation (1)
Components of Recovery (1)
Stages of Recovery (.5)
Peer Support Role in PSR (1)

Peer Support Principles *Being a role model (.5)
*Instilling hope (.5)
*Being an Advocate (1)
Principal Duties of Peer Support Staff (.5)

Cultural Competence *Understanding how roles of ethnicity, race, spirituality, gender, local community, military and other sub-cultures may influence recovery. (1.5)

Communications Skills *Effective Listening & Asking Questions Skills (1)
*Communication styles (pass/agg/assert.), and Verbal and Nonverbal communication (1)
*Conflict resolution skills (1)

Group Facilitation Skills *Basic Understanding of Group Dynamics and interactions (1.5)
How to Use Support Groups (1)

Addressing Stigma *Managing Internalized Stigma (2)
*Managing Environmental Stigma (2)
KNOWLEDGE DOMAIN SKILLS & COMPETENCIES Check if Covered Adequate time for Covering Comp If Asterisked Includes Experiential Element Offers Intern-ship Teaches the Comp Adequately
Comprehending the Illness
Major Psychiatric Conditions in DSM IV (1.5)
Addictive Disorders (1)
Co-Occurring Disorders (1)
Medications and side effects (2)

Recovery Tools *Using recovery workbooks and other self help instruments (1.5)
*Problem solving, using solution focused strategies (2)
*Telling your personal recovery story, being mindful of who you’re addressing (1.5)
Self-help Groups (.5)
Teaching how to manage self-talk and combating negative self-talk (1)

Professional Development & Workplace Skills *Ethics (1)
*Boundary Issues and Dual Relationships (2)
*Working effectively with professionals on an interdisciplinary team. (1)

Managing Crisis and Emergency Situations Early Warning Signs of Illness’ Symptoms Worsening (1)
*Crisis Prevention, Using Resources Early (1)
*Crisis Interventions (1)
*Understanding Suicide Prevention (2)
*Challenging situations with Veterans who are under the influence of substances, angry, in psychosis or non-verbal state. (1)
Personal Safety Issues (1)
Suggested instructions for VA Reviewers for completing sheet:
Review the Excel spreadsheet the agency completed and the materials that they submitted. *Asterisked Items must have an experiential element and be taught during the face-to-face training.
Column 1 Check if the competency is covered.
Column 2 The minimum amount of time that is barely adequate for training in all the competencies is 40 hours, but more is preferred. In the column for adequate time is an estimated minimum number of hours that would barely cover that competency in parenthesis. As total time increases, the time for each specific competency should be proportional to these guidelines. Time element may include face-to-face, manual reading, on-line learning or computerized learning from CD or DVDs. Proposals that are creative and combine a mix of face-to-face sessions with on-line and remote learning opportunities will receive higher preference.
Column 3 Certain competencies (those asterisked) should have some role-playing opportunities during the training or internship. If there is no opportunity noted in the agency’s spread sheet, say N, otherwise Y.
Last Column ** Rate adequacy on a 10-point scale as follows: 1 Inadequate (none or only cursory mention of competency area with no reinforcing learning opportunity); 5 Mostly Adequate (dedicates section of training to competency area, but does not include reinforcing learning opportunity for those areas asterisked); 10 Adequate (dedicates section of training to competency area and includes reinforcing learning opportunity for those areas asterisked). Reinforcing learning includes experiential exercises, video viewing and/or embedded quizzing of material covered during training course.
URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77713Q0114/listing.html
OutreachSystems Article Number: 130713/PROCURE/0101
Matching Key Words: writ*; copy; technical; standard; 

Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA

606px-Environmental_Protection_Agency_logo.svgR–RFQ-DC-13-00087 Student Services Contract RFQ-DC-13-00087 072913 Percy Jones Jones.Percy@epa.gov REQUEST FOR QUOTE # RFQ-DC-13-00087 ANNOUNCEMENT FOR STUDENT SERVICES CONTRACTS U.S. Environmental Protection Agency Office of Research and Development National Exposure Research Laboratory
SECTION I: GENERAL INFORMATION
This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is for a period of twelve months with the option to extend the contract for two periods. Each option period is for a period of twelve consecutive months.
This solicitation includes the following four attachments:
ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments ATTACHMENT 2 – Evaluation Factors ATTACHMENT 3 – Student Proposal Form ATTACHMENT 4- Applicable Clauses ? Additional Terms and Conditions of the Order
In an effort to clarify the terms student and recent graduate, the definitions of each are provided below.
A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements.
A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last year for baccalaureate and master?s degree recipients or two years for post doctoral degree recipients.
The Government will make contract award based on evaluation factors other than price which will consider the following: Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months exper ience using general laboratory skills and keeping laboratory notebooks. (Attachment 2).
Submissions in response to this solicitation must be submitted on or before 4:30 p.m. EST, Monday, July 29, 2013 via e-mail to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov. All email submissions must have ?RFQ-DC-13-00087? in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer?s discretion. No telephone inquiries will be accepted in response to this solicitation. All questions must be writing to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov.
Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement: http://www.epa.gov/oam/srpod/. Please follow the link located under the ?Announcements? header, entitled ?RFQ-DC-13-00087??Student Services Contract? and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement.
SPECIAL NOTE:
Upon receipt of the contract award, the student contractor must go immediately to link http://cdx.epa.gov and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security.
In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B at http://www.dnb.com. To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation.
Application Package Checklist for Applicants
Submissions in response to this announcement MUST include the following:
ü ü Completed Student Proposal Form (refer to Attachment 3) üResume or Statement of Qualification (not to exceed 2 pages)  üCopy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified)  üThree letters of Recommendations (not to exceed 2 pages per letter )  Hourly Rate Certification (refer to Attachment 3)
Failure to submit the required documents may be determined nonresponsive and eliminated from consideration.
SECTION II: ANNOUNCEMENT
DETAILS OF THIS ANNOUNCEMENT
Location: Research Triangle Park, North Carolina Required Level of Education Master of Science in Chemistry, Environmental Science, Toxicology, Chemical Engineering, or a related field of study Anticipated Start Date: August 2013 Rate of Pay: $29.35 Total Hours Per Week: Maximum of 40 hours per week Response Date: July 29th, 2013 4:30 pm EST
The mission of the U.S. Environmental Protection Agency (US EPA) is to protect human health and the environment. This mission is accomplished by conducting leading-edge research and fostering the sound use of science and technology.
The Method Development and Application Branch (MDAB) of Human Exposure and Atmospheric Sciences Division (HEASD), National Exposure Research Laboratory (NERL), Office of Research and Development (ORD) at the U.S. Environmental Protection Agency (EPA) is seeking individuals, at least 18 years of age who have completed a Master of Science (M.S.) degree program in an environmentally related discipline such as chemistry, environmental science, toxicology or chemical engineering to provide services under a contractual agreement to assist in a project, which deals with characterizing inorganic metals and the bioavailability of these metals. The student must have laboratory training and experience including methods development for toxic metals and analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynami c Light Scattering (DLS).
Note: Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, are not eligible to participate.
1. Project Description
EPA is conducting research on bioavailability approaches to better characterize human exposures to inorganic metals and metalloids. Once these methods have been developed and applied appropriately, these methods can provide reliable data needed to evaluate exposure to these elements. This work will broadly include laboratory work, data reduction and interpretation, literature review, and interfacing with experts in the respective technical specialties. More specifically, the tasks associated with this position include methods development for inorganic metals and analysis of extracts using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS). Resulting data will be entered into laboratory database and reports generated. Data generation will also include performing literature researches for scientific jou rnals and entering these journal articles into an Endnote database.
2. Required Knowledge, Skills, Work Experience/Education
The student must have completed a Master of Science (M.S.) degree program in chemistry, environmental science, toxicology, chemical engineering, or a related field of study. The student contractor is required to have laboratory training and experience including methods development for inorganic metals and metalloids, analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS), and development of data to assess the potential bioavailability of inorganic metals. For Statements of Work involving work in a laboratory, the student contractor will need to know basic safety requirements in the laboratory and will be given additional safety training at the laboratory.
3. Estimated Number of Work Hours
This initial contract will be for 12 month. The student contractor will work no more than 40 per week. This contract will not exceed 1,928 hours for the period of performance of 12 months. There will be two options for the work to continue an additional 12 months each, at 1,928 hours each. The US EPA reserves the full right to exercise these options. If the Government elects to exercise this option, it will do so no more than 60 prior to the expiration of the current period of performance.
4. Approximate Start and End Dates
This contract is to begin on or about August 2013. The contract duration will be for 12 consecutive months. There will be two options for the work to continue an additional 12 months each at 1,928 hours each. The US EPA reserves the full right to exercise each option.
5. Evaluation Factors to be Used to Evaluate Resumes
The Government will make the contract award based on the following items; Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months experience using general laboratory skills and keep ing laboratory notebooks. (Attachment 2).
6. Hourly Rates Applicable
The hourly rate for this position is $29.35, which is commensurate with the minimum required level of education and experience. Student contractors will be paid the basic hourly rate only for the number of hours worked and do not receive overtime premium. Working hours are Monday through Friday 8 am to 5:00 pm. Student contractors are not permitted to work on Federal holidays or weekends. Student contractors do not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. Federal, State, Local, and Social Security taxes will not be withheld; student contractors are responsible for reporting income to authorities and paying all taxes. Student contractors are responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station.
7. Principal Duty Location
The primary duty location is U.S. EPA, 109 T.W. Alexander Drive, North Carolina, 27711.
8. Resume and Other Application Requirements
Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable.
In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ?Student Proposal Form? and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment.
A student or recent graduate is strongly encouraged to submit three letters of recommendation however only two are required. These letters may be from an academic advisor, major professor, or other professional associate familiar with the applicant?s skills and performance.
Foreign National students must submit the required documents outlined in the eligibility section of this announcement.
9. Deadline and Address for Submission of Resume and Application Materials
The deadline for submission is 4:30p.m.EST, July 29th, 2013.
10. Number of Awards Projected
This is only for a single student position. Only one position will be awarded.
11. Eligibility
Eligible student contractors must be a student or recent graduate (within the past year for baccalaureate and master?s degree graduates and within two years for postdoctoral graduates) The student or recent graduate shall have completed all requirements for a Master of Science in chemistry, environmental science, toxicology, chemical engineering, or a related field of study.
Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a current valid U.S. Visa are not eligible.
Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site at http://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html. If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools? credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted.
12. Required Background Investigation and Suitability Determination:
Student contractors awarded a contract must undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Using the HPSD-12 “Contract People Template” found at http://epa.gov/oam, student contractor will electronically submit information to the Contracting Officer’s Representative immediately upon contract award. In addition, the student contractor must review and complete the requirements outlined in Attachment 1 to Work Statement before beginning work on-site at the EPA. The student may begin work once the background investigation has commenced. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated.
URL: https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-13-00087/listing.html
OutreachSystems Article Number: 130712/PROCURE/0107
Matching Key Words: documentar*; 


General Services Administration, Office of Government-wide Policy, Office of Acquisition Policy, 1800 F Street NW Room 4006 Washington DC 20405

R — RFI to provide access to a commercial search engine’s application program interfaces (APIs) HEIAA-1-13-0006 083013 Vivian M. Fields, Contract Specialist, Phone 2025011741, Email vivian.fields@gsa.gov Request for Information
Office of Citizen Services and Innovative Technologies (OCSIT)
U.S. General Services Administration
USASearch Access to a Commercial Search Engine’ s APIs

Request For Information HEIAA-1-13-0006

1.0    SUBJECT

Request for Information (RFI) to provide access to a commercial search engine’s application program interfaces (APIs).140px-US-GeneralServicesAdministration-Logo.svg

2.0  SUMMARY

The General Services Administration’s Office of Citizen Services and Innovative Technologies (OCSIT) invites interested parties to submit a written response to the attached RFI. The RFI’s intent is to obtain the rights for the USASearch application to use a commercial search engine’ s application program interfaces (API) to help searchers on federal, state, local, territorial and tribal government websites find relevant information.

3.0 BACKGROUND INFORMATION

OCSIT is the sponsoring organization for USASearch. For over ten years, USASearch has transformed the public’s search experience and saved government agencies valuable resources and money by providing site search services for government websites.

The USASearch application powers the search box on over 1,500 federal, state, local, tribal, and territorial government websites including the following sites, among others:

●         Federal—USA.gov and its Spanish-language counterpart GobiernoUSA.gov, Social Security Administration, U.S. Courts, White House, and the departments of Agriculture, Commerce, Defense, Homeland Security, HUD, Interior, and Labor;

●         State—The state websites of Hawaii, Kansas, Kentucky, Louisiana, Maine, Michigan, North Carolina, Rhode Island, South Carolina, and Washington; and

●          Local— Broward County, FL, and the cities of Bloomington, MN, Boulder, CO, and Reno, NV.

The USASearch application delivers search results on agency websites using one of three methods.

●         Most search results are hosted at search.usa.gov/search?affiliate-agency. Example: Defense.gov .

●         Some agencies use the hosted results, but opt to mask their domains for search.agency.gov. Example: WhiteHouse.gov .

●         A few agencies opt to use an API. JSON, JSON-P, and XML are supported. Example: RI.gov .

4.0 OBJECTIVES

The USASearch application requires access to a commercial search engine’ s search results via an API, including but not limited to a web index.

The following capabilities must be supported.

●         The provider must:

○         Allow USASearch to append results from its own indexes of government-centric content to the commercial search engine’s results.

○         Allow USASearch to cache search results for at least one hour.

○         Not place any advertising in the API search results nor require USASearch to place it on the search results pages. (A logo can be placed on the search results page for attribution.)

●         The provider’ s web index must:

○         Contain standard web file formats, including HTML, PDF, Microsoft Office (Word, Excel, and PowerPoint), rich text, text, and XML files, among others.

○         Conform to and support web crawling and indexing standards and protocols, including UTF-8 encoding, meta elements, robots.txt, and XML sitemaps.

○         Be updated frequently (that is, hourly, daily, or weekly depending on the site’s popularity and update cycle) and provide a high level of both recall and precision.

○         Retrieve semantically similar results, including but not limited to, singular/plural variants, synonyms, abbreviations and acronyms, compound words, and punctuation and diacritics.

●         The provider’ s API must:

○         Provide search results in a standard endpoint (currently JSON) and support a HTTP GET request length of at least 2000 bytes.

○         Provide access to the following data in multiple languages, including but not limited to, English and Spanish.

■         Result counts

■         Spelling suggestions

■         Query overrides

■         Keyword in context highlighting

■         Search results with a title, description, and URL

○         Provide the ability to limit results by the following input parameters and operators.

■         Sites, domains, URLs, or roll-ups of multiple sites or domains (both to include and exclude)

■         Language, including but not limited to, English and Spanish

○         Be able to support the following performance metrics.

■         Support submission of at least 100 million queries per month with bursts of 100 queries per second by USASearch

■         Return results in under 400 milliseconds for 95% latency

■         Maintain at least a 99.95% uptime

The following capabilities are desired, but not required.

●         Provide the ability to page through the complete set of results for each query (that is, the API should not have a cap
on a number of results).

●         Support a search across all *.gov, *.fed.us, and *.mil web pages plus the more than 10,000 local, state, and federal government web pages from other top-level domains (TLDs), such as .com, .edu, and.org (see, for example, search results on USA.gov and GobiernoUSA.gov). And, support updates to USASearch’s list of government websites with other TLDs on a quarterly or more frequent basis.

●         Provide access to additional indexes such as images, videos, news, and maps, among others.

●         Provide the ability to add newly published URLs to the web index on demand and assure that these URLs stay in the web index.

●         Support searches over three directory levels deep (that is, return results for a search on site:agency.gov/folder1/folder2/folder3 )

●         Provide timestamps for search results.

●         Provide suggestions for related search and type-ahead search terms on a per-site basis.

●         Provide the ability to limit results by the following input parameters and operators.

○         Index (if there are multiple indexes)

○         File type

○         Boolean, wildcards, and exact phrases

○         Safe search (that is, the ability to filter sexually explicit or other adult content)

●         Provide a point of contact for technical support.

●         Support integration of USASearch with webmaster tools. That is, USASearch can use webmaster tools on behalf of government sites that use USASearch without each site explicitly granting USASearch this permission or signing up itself.

●         If there is a cap on the number of transactions, allow USASearch to configure quotas based on the number of queries on a per user. And, allow agencies to purchase additional queries directly from the provider when they exceed the established quotas.

5.0 SAMPLE RESPONSE OUTLINE

Following is a suggested outline and page counts for a response to this RFI.   This outline is intended to minimize the respondent’ s effort and structure responses to facilitate analysis by the government. Respondents are free to develop their responses as they see fit.

5.1 Company Information and Expertise (1-4 pages)

●         Briefly describe your company, headquarters location, products and services, history, ownership, leadership, financial information, and any other facts and figures you deem relevant.

●         Provide company name and address, and two points of contact, including name, title, phone, fax, and e-mail address.

●         Describe any projects that you’ve been involved with that are similar in scope and concept to what is described in this RFI, and any relevant lessons learned.

5.2 The Offering (5-12 pages)

The government is seeking responses from qualified providers that address the (a) required and (b) desired capabilities described in the objectives. You are invited to answer each of the bullets. You may answer each question individually or provide a consolidated answer to related questions.  Also, you may provide references to any information accessible to the government that address these directed topics (such as links to web pages or additional materials).

5.3 Pricing Information

The respondent should provide detailed pricing information. Ideally, it will be no cost or low cost with a flat fee for an unlimited number of monthly transactions. Any discount applied to the rates should be clearly identified. Pricing should be broken out, as needed, for each index or API (such as web, images, videos, news, or maps). You should describe exactly what it is you are offering the government at this cost.

The total written response should not exceed 15 pages.

6.0   PERIOD OF PERFORMANCE

The period of performance shall be comprised of a Base Period and four (4) one year options as follows:

Base Period:     Date of award – 12 months

Option One      12 months

Option Two      12 months

Option Three    12 months

Option Four      12 months

7.0 CONTACT INFORMATION & INFORMATION EXCHANGE

All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI.

The due date of the  RFI is August 30, 2013 by 5:00 PM. Responses should be sent electronically to the Contracting Ofifcer via email at vivian.fields@gsa.gov using Microsoft Word and PDF attachments.   You may also submit supplemental hardcopy materials such as brochures, etc. to the point of contact.

Questions regarding the RFI are to be submitted to the Contracting Officer, via email above, no later than August 9, 2013.

The Contracting Officer Representative (COR) for this RFI will provide all assistance and clarification in meeting the requirements of the RFI is:

Ammie Farraj Feijoo

Program Manager

1800 F ST NW

Washington, DC  20405

ammie.farrajfeijoo@gsa.gov

CONTRACTING OFFICER

Vivian Fields

Contracting Officer

GSA

1800 F St NW

Washington, DC 20405

Vivian.Fields@gsa.gov

If GSA is interested in the solution you offer, we will contact you. You may be requested to provide additional information or details based on your initial submittals. GSA will consider meeting individually about this RFI with respondents based on the information submitted in response to this RFI. If GSA engages in such meetings, it will provide that opportunity equally to all respondents. GSA reserves the right to move forward with one solution, more than one solution, or no solution at all, in response to this RFI.
Place of Performance: 1800 F Street NW Washington, DC 20405 US URL: https://www.fbo.gov/spg/GSA/OGP/OAP/HEIAA-1-13-0006/listing.html
OutreachSystems Article Number: 130712/PROCURE/0108
Matching Key Words: state!ky; 


600px-National_Guard_Logo.svgDepartment of the Army, National Guard Bureau, 123 AW BASE CONTRACTING OFFICE, 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679

R–KYANG STS HPP PHYSICAL THERAPY AND STRENGTH CONDITIONING F7H1ST3174A001 081213 Alan Wade, 502-413-4439 123 AW Base/MSC Contracting Office 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; proposals are being requested and a written solicitation will not be issued.

This is a synopsis for commercial services prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information in this notice. The reference Solicitation number is F7H1ST3174A001. The North American Industry Classification System (NAICS) code is 611621. LINE ITEM: 0001: STRENGTH AND CONDITIONING COACH PER THE ATTACHED PWS, quantity: 12 months. LINE ITEM: 0002: PHYSICAL THERAPIST PER THE ATTACHED, quantity: 12 months PWS. Location of the services will be at the Kentucky Air National Guard, 1101 Grade Lane, Louisville, KY 40213. Appropriate Service Contract Act Wage Determinations will be applied at the time of contract award. The following clauses apply: 52.203-3 Gratuities, 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government – Alternate I, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1 Instruction to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance – Work on a Government Installation, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Governmental Buildings, Equipment and Vegetation, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, 252.201-7000 Contracting Officer’s Representative, 252.203-7000 Requirements to Compensation of Former DoD Officials, 252.204-7004 Alternate A, 252.232-7010 Levies on Contract Payments, 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Request for payment must be submitted electronically through the Wide Area Workflow system at http://wawf.eb.mil. Vendors must be actively registered with the System for Award Management (SAM). The SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 123rd Contracting Office, no later than 10:00am EST on August 12th, 2013. Quotes may be transmitted by e-mail to alan.wade@ang.af.mil or faxed to (502)413-4665. The point of contact for this solicitation is Alan Wade, (502)413-4439.
Set-Aside: Total Small Business Place of Performance: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY 40213-2679 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H1ST3174A001/listing.html
OutreachSystems Article Number: 130712/PROCURE/0117
Matching Key Words: age:state!ky; state!ky; 


Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Navy Crane Center, N62470 NAVFAC Atlantic, Navy Crane Center Norfolk Naval Shipyard Bldg 491 Portsmouth, VA

R–Engineering Services to Evaluate Ship-to-Shore Container Cranes’ Condition, Military Ocean Terminal, Concord, California N6247013T4012 080813 Barbara Spruill 757-967-3819 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This600px-US-DeptOfNavy-Seal.svg announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N62470-13-T-4012 and is being issued as an RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-68 and DFARS Change Notice 20130626.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: http://www.acquisition.gov/far/ andhttp://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541330 and the Small Business Standard is $14M. This solicitation is set-aside 100% for small business concerns and will result in a Firm Fixed Price contract.
Naval Facilities Engineering Command (NAVFAC) Atlantic requests responses from qualified sources capable of providing CLIN 0001: Condition Inspection, 2-Container Cranes at Military Ocean Terminal Concord, in Concord, CA in accordance with the attached Section C – Descriptions and Specifications, Statement of Work.
Time for completion is 135 days after award.
The following FAR provision and clauses are applicable to this procurement:
52.203-3 Gratuities
52.204-7 Central Contractor Registration
52.212-1 Instructions to Offerors – Commercial Items
52.212-3 Alt I Offeror Representations & Certifications – Commercial Items
52.212-4 Contract Terms and Conditions – Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items including:
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration
52.239-1 Privacy or Security Standards
52.222-22 Previous Contracts and Compliance Reports
52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation
52.222-25 Affirmative Action Compliance
The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country
252.212-7000 Offeror Representations and Certifications – Commercial Items
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.205-7000 Provision of Information to Cooperative Agreement Holders
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.243-7002 Requests for Equitable Adjustment
252.232-7010 Levies on Contract Payments
CONTRACTOR RESPONSIBILITY:
In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors.
No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility.
To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor’s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel.
Consideration of a prime contractor’s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award.
Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s).
In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility.
As a minimum requirement, all vendors are requested to submit, as part of the original quote, the following:
(1) Company’s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business.
The Contracting officer reserves the right to request additional information if needed.
INVOICING:
An Invoice shall be submitted after contract completion in accordance with DFAS 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013).
INSTRUCTIONS FOR SUBMITTAL OF QUOTES—COMMERCIAL ITEMS
Vendors shall submit their quotation so that it is received by the Navy no later than the time of closing. Interested Vendors may submit the quotation to the Navy in any of the following ways:
(a) by e-mail to barbara.t.spruill@navy.mil
(b) by mail or commercial courier (i.e. FEDEX or UPS) to the following address:
Commander NAVFAC Atlantic
Navy Crane Center, Attention: Barbara T.
Spruill
Norfolk Naval Shipyard, Bldg. 491
Portsmouth, VA 23709-5000
I. Written Technical Submission:
Each vendor shall provide one (1) original and one (1) copy in hard copy or an electronic version (PDF) of the following: A written narrative demonstrating experience that is similar in size, scope and complexity to meet the minimum requirements listed Section C–Descriptions and Specifications, Statement of Work (Attachment A). The submission shall consist of a minimum of two (2) and a maximum of up to five (5) specific project examples to include: contracts where the vendor has performed similar services to this solicitation that include crane condition evaluation to include identification of recommended repairs and budgetary estimate for two ship-to-shore container cranes.
Projects submitted by vendors shall collectively demonstrate experience in all of the following areas: structural evaluation including the crane structure, boom and paint system, electrical evaluation including drive systems, mechanical evaluation including drive component wear and condition, and future maintainability and wire rope condition. Failure to provide projects which collectively demonstrate experience in all of the above areas will be assessed. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether experience is similar in scope and complexity to the requirements of the Government as stated in the solicitation.

II. Past Performance Information Submission:
IF A COMPLETED CONTRACTOR PERFORMANCE ASSESSMENT RETRIEVAL SYSTEM (CPARS) EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE QUOTE. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included as Attachment B is provided for the vendor to submit to the client for each project the vendor includes in I. Written Technical Submission. A VENDOR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. The blank Past Performance Questionnaire (PPQ) (Attachment B) is provided and the completed PPQs should be submitted with their quote. If the vendor is unable to obtain a completed PPQ from a client for a project(s) before the solicitation closing date, the vendor should complete and submit with the quote the first page of the PPQ, which will provide contract and client information for the respective project(s).
The Government may make reasonable attempts to contact the client noted for that project(s) to obtain the PPQ information requested. However, vendors should follow-up with clients/references to help ensure timely submittal of questionnaires. Note: Clients are highly encouraged to submit questionnaires directly to the vendor. However, if the client requests questionnaires may be submitted directly to the Government’s point of contact, Barbara T. Spruill via email at barbara.t.spruill@navy.mil.
III. Price Submission:
Vendor shall submit a price for the requirements identified in the Specification on the cover sheet of Attachment (A), RFQ -SF18. Price quotes shall be held firm for sixty (60) days after the closing of the combined synopsis/solicitation.
ADDITIONAL:
Vendors are also reminded that they must: (1) Complete and submit any applicable representations and certifications as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFARS 252.212-7000; (2) Acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation.
SELECTION
The Government intends to evaluate quotes and award a contract using the simplified acquisition procedures of FAR Subpart 13.1.
The Government shall select the vendor whose quote is most advantageous to the Government, considering price and other factors (technical submission and past performance) when compared to the criteria. The Government reserves the right to award to other than the lowest priced vendor. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. This announcement will close at 2:00 p.m. ET on 8 August 2013. Please direct questions to Barbara Spruill at (757) 967-3819 or barbara.t.spruill@navy.mil. Oral communications are not acceptable in response to this notice.
Vendor(s) must be registered in the System for Award Management (SAM) database https://www.sam.gov to be considered for award.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247013T4012/listing.html
OutreachSystems Article Number: 130712/PROCURE/0119
Matching Key Words: writ*; copy; technical; standard; 


300px-NASA_logo.svgNational Aeronautics and Space Administration, George C. Marshall Space Flight Center, Procurement Office, NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812

T–HIGH SPEED CAMERA NNM13479997Q 071813 Artra C House, Contract Specialist, Phone 256-544-3507, Fax 256-544-6560, Email artra.c.house@nasa.gov – Jeannette S. Swearingen, Contract Specialist, Phone 256-544-1395, Fax 256-544-5028, Email jeannette.s.swearingen@nasa.gov Artra C House ***SEND ALL CORRESPONDANCE INCLUDING TECHNICAL QUESTIONS AND QUOTES IN WRITING TO PAMELA JACKSON/ARCS ONLY AT PAMELA.L.JACKSON@NASA.GOV OR FAX 256-961-9604*** This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a (RFQ)] for a High Speed Camera per attached specifications. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement is 423410. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the Online System for Award management (SAM) at http://www.sam.gov database prior to award. Delivery shall be FOB Destination, to MSFC, Central Receiving Bldg. 4631, Saturn Rd, MSFC, AL 35812. Delivery date TBD. Offers for the items described above are due by July 18, 2013 by 4:00 P.M. CST to Pamela Jackson/ARCS Inc at pamela.l.jackson@nasa.gov or faxed to (256)961-9604 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than a domestic end product as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin. FAR 52.212-4(FEB 2012), Contract Terms and Conditions-Commercial Items are applicable. FAR 52.212-5(JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and are attached to this solicitation. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Pamela Jackson at pamela.l.jackson@nasa.gov or faxed to (256)961-9604 no later than July 15, 2013 by 4:00 P.M. CST. Telephone questions shall not be accepted. All technical questions shall be answered as a modification to this solicitation. Selection and award shall be made to the lowest priced, technically acceptable offeror. Technical acceptability shall be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement. NASA Clause 1852.215-84(NOV 2011), Ombudsman, is applicable. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr-D&pin-62. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
Set-Aside: Total Small Business URL: https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM13479997Q/listing.html
OutreachSystems Article Number: 130712/PROCURE/0140
Matching Key Words: writ*; copy; technical; standard; 


Department of the Army, Army Contracting Command, MICC, MICC Center – Fort Knox, MICC Center – Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000

R–SPIRIT OF AMERICA FY 2014-2017, JOINT BASE MYER-HENDERSON HALL (US ARMY MILITARY DISTRICT OF WASHINGTON) W9124D13Q5527 073113 Teresa Simpson, (502) 624-6838 MICC Center – Fort KnoxDESCRIPTION: Sources sought for a commercial, performance-based services acquisition, which may result in a solicitation being issued for a firm-fixed-price (FFP) contract with a base with two, one-year option periods. The base period of performance is 2/17/2014 through 2/16/2015. The purpose of this synopsis is to gain knowledge of interest, capabilities, and past performance (i.e., relevant and recent experience) of existing small business concerns who can support requirements for live, stage productions as a prime contractor. Each contract period may include the following functional tasks:150px-AMC_dui Phase I-Pre-production (February – March time frame); Phase II-Production (April – May time frame);
Phase III-Rehearsals (June – August time frame); Phase IV-Scheduled Performances (September – October time frame); and Phase V-After Action Reviews and Lessons Learned Reports (November – December time frame).

BACKGROUND: The Spirit of America (SOA) is truly an unforgettable experience that for more than 30 years has taken thousands of audience members through an action-packed timeline of American history. The SOA brings together more than 300 active duty Army Soldiers from U.S. Army Military District of Washington (MDW) to various cities throughout the USA, presents the nation’s history through breathtaking ceremonial and precision military drills, historical reenactments, soul-stirring music and dramatic real life stories, and shows how the US Army’s history is also our nation’s history. The SOA story lines are historical accounts taken directly from Soldiers’ letters and diaries to create this powerful drama, designed to entertain while presenting the history and development of the US Army from its origins through the wars, conflicts and missions that have molded the Army and the nation. Whenever the SOA is produced, the public is invited to join the Army in celebrating the Strength of the Nation and experience free SOA performances. The MDW Soldiers are the face of the Army within the National Capital Region (NCR). This distinguished group of active duty Army professionals is another example of the Army’s diversity and excellent talent performing dramatic, entertaining and historical reenactments with production guidance from MDW’s Office of Ceremonies and Special Events. Live, stage productions are a distinctive way for the Army’s elite ceremonial units to express their talents through collaborative efforts, careful planning, and flawless execution. It also brings together the Army’s SOA showcase events by telling the Army’s global story to the public to honor the past and present sacrifices of American Soldiers, while at the same time presenting the Army of today and the Army’s future by enhancing Army recruiting efforts. For information about the Army’s SOA go to: http://spiritofamerica.mdw.army.mil.

EXAMPLES OF FUTURE VENUES:

SOA 2014-2015: Washington, DC (DC Armory/Rehearsals Only); Boston, Massachusetts (TD Garden); Albany, NY (Times-Union Center); Hershey, PA (Giant Center)

SOA 2015-2016 & SOA 2016-2017: To be determined (TBD)

EXAMPLES OF PAST VENUES:

Twilight Tattoo (TLT) incorporated into the SOA (i.e., National Capital Region (NCR) weekly performances between 25 April 2012 and 27 June 2012, Joint Base Myer-Henderson Hall (JBMHH), VA).

SOA 2012: Washington, DC (DC Armory & Convention Center); Greensboro, NC (Greensboro Coliseum Complex); and Columbia, SC (Colonial Life Arena).

SOA 2011: Washington, DC (DC Armory, Convention Center, & Verizon Center); North Charleston, SC (North Charleston Coliseum); and Jacksonville, FL (Jacksonville Veterans Memorial Arena).

SOA 2010: Washington, DC (DC Armory & Convention Center); Grand Rapids, MI (Van Andel Center);
Highland Heights, KY (Bank of KY Arena); and Pittsburgh, PA (Consol Arena).

SOA 2009: Washington, DC (DC Armory & Convention Center); Columbus, OH (Nationwide Arena);
Fairfax, VA (Patriot Center); and Providence, RI (Dunkin Donuts Center).

SOA 2008: Washington, DC (DC Armory & Convention Center); Rochester, NY (Blue Cross Arena); and
Worcester, MA (Digital Credit Union).

SOA 2007: Washington, DC (DC Armory & Convention Center); Manchester, NH (Verizon Wireless Arena); and Pittsburgh, PA (Mellon Arena).

PRIOR CONTRACTS: W9124D-11-C-0004 & W91QF7-10-C-0007-View One, Inc.; and W91QV1-08-C-0032-Eggs and Bacon, Inc.

CONTRACTOR MANPOWER REPORTING: Required
CITIZENSHIP: US Citizenship required.
GOVERNMENT-FURNISHED EQUIPMENT/PROPERTY (GFE/GFP) PROVIDED: YES
CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFP) TO BE PROVIDED: YES
DOL’S SERVICE CONTRACT ACT: APPLICABLE FOR EACH LOCATION.

Supporting documentation must not exceed a total of 10 pages and be in the following formats: MS WORD, MS EXCEL, and/or .pdf documents. FONT: 10-pitch (Arial or Times New Roman. Mail, facsimiles, and hand-carried documents will not be accepted. Interested parties must submit the following information as e-mail attachments to Teresa Simpson, Contract Specialist at teresa.a.simpson.civ@mail.mil no later than 12 PM (EDT-Fort Knox Time), Thursday, 31 July 2013:

1. Company’s: name (i.e., legal name to include DBA); Contractor and Government Entity (CAGE) Code as cited within its active profiles in System for Award Management (SAM: https://www.sam.gov)
and SBA’s Dynamic Small Business Search (DSBS: http://dsbs.sba.gov) engine; physical address (to include location’s county); and point of contact’s full name, title, e-mail address, and telephone number.

2. Company type and socioeconomic factors (e.g., small business data as cited within its active SBA DSBS profile).

3. Capabilities Statement:

a. Ability to manage, plan, staff, budget, schedule, and provide quality control for live, stage productions services in support of government story lines. For example:

(1) Pre-Production includes: Planning, coordinating and scheduling; Designing technical, logistical and theatrical components (venue screening, reconnaissance, specifications, and logistics); and Developing all scene designs and technical system designs for lighting, audio, video display and production sets. Developing government-provided story line into a viable, professionally written script with all appropriate stage directions incorporated.

(2) Production includes: Executing plans and designs required to assemble and construct the physical components of SOA productions (set pieces and props, image display programming, assembly of cast and crew); and Integrating all production elements through personnel and equipment rehearsals.

(3) Event Production includes: Technical, logistical, and theatrical services provided on-site at each performance venue. The load-in, set-up rehearsals, performances, teardown, and load-out from all SOA productionvenues.

b. Past Performance as a prime contractor or major subcontractor (i.e., relevant-similar in size (minimum greater than $2 million per year) and nature of work/scope to SOA-related services; and recency-ongoing services or must have been performed during the past three years). For example:

(1) How many live, stage productions did source manage as the prime contractor?

(2) What was the duration of the source’s three most successful live, stage productions?
(a) Who was the audience (i.e., academic, industry, public, or government groups)?
(b) What was each one’s audience size?
(c) What was the venue?
(d) What was each one’s price range (i.e., greater than or equal to $2M per year)?
(e) If quality awards received, include title and date received.
(f) If certifications required, include description, date received, and expiration date.
(g) References for cited examples should include: company’s full, legal name and address; and point of contact’s name, title, e-mail address, and telephone number).

Questions regarding this notice may be submitted by e-mail to teresa.a.simpson.civ@mail.mil on or before 5 PM (EDT-Fort Knox time), Wednesday, 17 July 2013. Verbal, telephonic, and FAX inquiries will neither be accepted nor answered.

This sources sought notice neither constitutes a Request for Proposal (RFP) or an Invitation for Bid (IFB) nor does it restrict the government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the government for any purpose.

Set-Aside: Total Small Business Place of Performance: MICC Center – Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY 40121-5000 US URL:https://www.fbo.gov/notices/84e6316d155897ea2ce981f1b6d81aa0
OutreachSystems Article Number: 130712/PROCURE/0618
Matching Key Words: video*; produc*; site?; page?; business*; entertain*; documentation; event?; produce?; production?; commercial?; age:state!ky; state!ky; writ*; script?; technical; 

Broadcasting Board of GovernorsBroadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R Trainers for International Broadcasters BBG50-R-12-0100 101512 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Division of Training and Development are seeking qualified trainers to teach Radio, Television, Internet, and/or Multi-Media news broadcasting courses in Washington, DC. Courses will be taught in the following subject matter areas:
Television Journalism
Delivering Effective Stand-ups and Live Shots
Hosting a Show: Becoming an Interesting, Effective Interviewer
Studio Skills Practicum for Anchors and Hosts: Using the TelePrompter
Television Makeup and Wardrobe for Anchors and Reporters
On-Camera Studio Skills: Sounding Conversational
Covering Traumatic Events
Covering conferences
Reporting with new technology such as Skype, Iphone, Ipad, etc
Live streaming with new media
Backpack journalism
Final Cut X

Radio Journalism
Hosting a Show: Becoming an Interesting, Effective Interviewer
Radio On-Air Skills: Sounding Conversational
Radio clocks, run-downs
Advanced Radio Production
Audio editing
Radio studio procedures and coordination
Radio team leadership skills
Radio studio communication and cues

Internet Journalism
Internet Headline Writing
Journalism on the Internet
Web Content Writing
Integration of audio, video to internet stories
Reporting/Developing content for mobile devices

Broadcast Journalism Writing Skills
Broadcast Journalism Refresher Workshop
Writing Effective Radio Scripts
Writing Effective Television Scripts
Media Writing
Writing to Video
Storytelling

Photography
Basic shooting:
Framing and composition
Shutter speed and aperture
Natural lighting and basic flash
Photoshop
Intermediate photography
Advance photography
Photography for Journalists
Photography using new media such as Iphone and Ipads

New Media/Web for Editors and Developers
Website development
Basic HTML
CCS
Dreamweaver
Flash
HTML 5
Actionscript
Facebook and Journalism
Twitter and Journalism
Social Media integration and Journalism
Developing Mobile Apps and Distribution

The VOA broadcasts in English and 44 other languages. The languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Hindi, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese.

• Courses will be taught in English to International Broadcasters who speak English and the native language.

The following general information pertains to the above-listed courses:

1) Courses are taught on a contract basis at IBB headquarters in Washington, DC.

2) Contractor candidates may be required to undergo a background security investigation and successfully pass the IBB’s security clearance process in order to receive course assignments.

3) Contractor candidates must be willing to work on an “as-required” basis, depending on when the Division of Training and Development needs to present a particular course.

4) Courses are contracted for strictly on an “as needed” basis. The IBB, Division of Training and Development makes no guarantees on the number of courses that contractors can expect to teach.

5) The Government is obligated to inspect all contractor performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.

6) The contractor shall supply all personnel, materials, equipment, and transportation etc. required to perform work.

7) Courses are generally 2-3 hours in length.

The following technical evaluation factors are used by the IBB, Division of Training and Development to evaluate prospective contractors:

(1) Past experience in training professional broadcasters to be effective on-air and multi-media presenters.

(2) Demonstrated ability to work with participants from diverse cultural and ethnic backgrounds and experience with international broadcasting.

(3) Newspaper, wire service, radio, television, and new media experience at least within the last 5 years.

(4) Ability to explain complex issues in clear, logical terms that can be understood by a variety of International Broadcasters;

(5) Documented (i.e., education/training and/or practical experience) knowledge of the principles and practices of journalistic writing, editing, website development and publishing, and social media.

Blanket Purchase Agreements:

Prospective contractors are advised that this is a total small business set-aside. The small business size standard is $7.0M. It is the Agency’s intent to issue Blanket Purchase Agreements, subject to the availability of Fiscal Year 2013 funding, as a result of this notice. The resulting Blanket Purchase Agreement will be in effect for one year from the date of award.

Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors being more important than the prospective contractor’s proposed hourly price.

Prospective contractors must submit a price proposal based on a hourly or course basis and the price proposal must be submitted in a separate envelope from the resume and other supporting technical materials submitted. In addition, the price proposal must clearly indicate that pricing is valid for one year.

Individuals who are interested in and believe that they have the experience and capabilities to teach one or more of the above-stated course may submit written inquiries for additional information and/or submit theirwritten statement(s) of interest, technical qualifications.

Prospective contractors should submit their cost estimates based on the following options for presentation length;
1) mini-sessions of 2-hours or less,
2) half day sessions of 2.5 to 4 hours
3) full day sessions of 6 to 8 hours in length.

Courses can be made up of multiple sessions of a particular length, e.g., a writing class may be 4 2-hour sessions over a 4 week period. Contractors should provide a per session cost for each of these three length options.

Prospective contractors should submit their cost information and pertinent experience for proposing to contract for one or more of the above-listed courses with the IBB, Division of Training and Development to the point of contact (POC) listed below:
Myria Carpenter
Contract Specialist
Broadcasting Board of Governors
International Broadcasting Bureau
Room 4007 Switzer Building
330 C Street, SW Washington, DC 20237
mecarpen@bbg.gov
FAX (202) 382-7870

Any written inquiries and/or contract proposals responding to this Public Notice may be submitted to the above-listed POC at any time up to the October 15, 2012 expiration date of this Solicitation.

Set-Aside: Total Small Business Place of Performance: 330 C Street SW Washington , DC 20237 US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0100/listing.html
OutreachSystems Article Number: 130711/PROCURE/0103
Matching Key Words: broadcast*; event?; education*; train*; writ*; script?; technical; standard; 


Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640 Gaithersburg MD 20899-1640

R — Afghanistan Building Business Networks Program AFG_ABBNP 071213 Monica Brown, Phone 2024820932, Email monica.brown@trade.gov This notice is for market research and planning purpose only and does not obligate the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this Request for Information (RFI) will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. The Government will not reimburse interested sources for any costs incurred in preparation of a response600px-US-DeptOfCommerce-Seal.svg to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
The Commerce Department’s Iraq and Afghanistan Investment & Reconstruction Task Force (Task Force) supports the Government of Afghanistan’s efforts to develop its private sector as cited in the Afghanistan National Development Strategy. The Task Force’s vision for Afghanistan is a market conducive to trade, investment, commercial development and a prosperous and sustainable private sector. This Statement of Work is designed to increase the availability of real time information on the local Afghan business environment, provide opportunities for increased U.S.-Afghan business communications and showcase success stories in the Afghan business context. The program is intended also to deepen Afghan business networks relationships nationwide by expanding opportunities through the use of media (including print, news stories, blogs, etc.) to increase awareness about Afghanistan’s business environment as well as foster cross border business dialogue. Afghanistan is a country where business relationships are primarily built through direct person to person interaction. Due to the security situation nationwide along with the limited capacity of both local and international business people to travel throughout the country, Afghan business people lack the opportunities to build on the relationships established at conferences, during international trade shows, or during business travel. This program seeks to create and promote the use of business centers in cooperation with localbusiness organizations including chambers of commerce to provide local employment, business skills capacity building opportunities, technology and technology training. The primary goal of this program is to expand U.S.-Afghan business networking opportunities and to provide timely information regarding the business environment in Afghanistan.

During 2006-2012, the number of internet users in Afghanistan has grown from about 200,000 persons to over 1 million persons. Furthermore the number of active telephone subscribers has increased from less than total 2 million subscribers in 2006 to over 17.4 million persons. This growth in telecommunications capacities creates an environment which is increasingly conducive to conducting business virtually. It also provides an opportunity to overcome one of the top ten barriers to trade in Afghanistan which is the lack of good transportation systems. Increasingly, Afghan business people are integrating their export capacity with their capacity to communicate virtually with partners globally. Afghanistan’s business people have created websites such as khaama.com and wadsam.com to communicate with the global community on successes in Afghanistan’sbusiness community and opportunities for trade with Afghanistan. The vision of this program is to further expand access to reliable business news from all parts of Afghanistan to a global market and to create or promote business center hubs that can serve as economic growth engine centers.

The objectives of the Afghan Building Business Networks Program are:

a. Develop real-time information on the local business environment in Afghanistan using multi-media tools (print, electronic and digital) to support and promote trade and investment in Afghanistan.

b. Equip Afghan businesses and business people with the capacity to attract foreign interest in their market through media technologies and outreach that highlight success stories, showcase new opportunities for developing relationships and advertise opportunities for businesses.

c. Develop communications networks that strengthen Afghan business climate and capacity for inter-province and international business dialogue through working with business groups that are strategically located in Afghanistan and abroad.

The contractor shall help participating Afghan firms develop viable relationships that can produce opportunities for inter-Afghanistan and international trade to occur. Furthermore, the contractor will focus on creating a cadre of specialists in business journalism and statistical data collection making the resources developed by these sources available online as well as in other media sources freely in order to promote better awareness of Afghan sectors. The program scope will include three key elements:

I. The development of widely distributed and utilized trade promotion resources such as DVD videos and video segments showing current and ongoing opportunities with a focus on Afghan companies and international trade; and the generation of print and other media on the success stories captured in these resources. These resources would portray the variety of existing opportunities and still available opportunities for Afghan business successes (in particular in partnership with American businesses).

II. The production of a website with capacity to provide news updates in English and Dari or Pashtu. A website to provide international and US businesses with reliable and verifiable business news, statistical information, Afghan and US business opportunities for cooperation through tenders, listing of company profiles, opportunities for networking, listing by sector, etc.

III. Identification of business center hubs in a minimum of 5 Afghan cities that provide technology support (such as video-conferencing capability and associated technology) and training for local chambers of commerce to create opportunities for Afghan businesses to conduct business virtually with counterparts in international markets including Pakistan, India, U.A.E, Kazakhstan, Turkey and the USA.

Throughout the program the contractor will provide participating Afghan firms with written training materials in English and Dari or Pashtu that the Afghan firms can utilize during the program. The project mentioned herein is not all-inclusive, but rather is representative of the project directed by Commerce at this time.

The contractor shall accomplish the following tasks:

1. Design a Project Work Plan, Detailed program budget including any sub-contractors, Human Resource plan (including resumes and safety of staff plan), Project Timeline, and Project Monitoring & Evaluation Plan for the Afghanistan Building Business program.

2. Create a monthly Project Management (PM) Tasking plan to be submitted on the 10th day of the previous month (i.e. Month 4 activities will be due on 10th day of Month 3) with the first two months anticipated activities submitted within 10 days of the start of the contract. This PM tasking plan would include a detailed breakdown of specific program milestones, anticipated outcomes and program outputs. Furthermore, it should indicate specifically, items that would require pre-approval or review by Department of Commerce staff in order to meet specific deadlines and requirements of the program. The purpose of this document is to serve as a coordination tool between the U.S. government and the program implementer. Therefore this will serve as a working document to assist in the achievement of program activities.

3. Develop and execute a plan for how to use multi-media tools to promote U.S.-Afghan business cooperation and highlight Afghan business successes. Contractor shall provide a multi-media production, promotion and strategy outreach, and closeout of project plan. The plan would include a usage strategy as well as reference all legal matters relating to the production, distribution and ownership rights of the video segments (DVDs).

4. Create specifications, standards and design plan for the videos for review and approval
5. by Department of Commerce’s Program Manager and COR for review and guidance.

5. Develop a series of 7-14 trade promotion DVD video segments, news articles, blogs, etc.
to attract investment. Any news articles that address DoC or U.S. government involvement must be reviewed and pre-approved by Department of Commerce staff.

6. Develop a minimum of 7 business success videos (promotional DVDs) highlighting success stories on Afghan companies with a focus on international trade in partnership with an Afghan business organization. Develop a series of growing business success video segments and news articles, blogs, Facebook or Twitter and other multi-use social network postings, etc. to portray growing commercial successes in Kabul, Herat, Kandahar, Mazar-e-Sharif, Kunduz, Jalalabad, and Lashkar Gah.

7. Develop a delivery marketing plan methodology for the business success videos as well as the trade promotion video segments through various organizations, chambers of commerce, governmental and non-governmental organizations as well as media outlets.

8. Ensure quality of media products and track number of airings of video segments, feedback, numbers of viewers etc.

9. Create or promote business center hubs by identifying appropriate technologies, setting up a space and utilizing technologies to conduct business to business meetings. The implementer may meet with and evaluate the feasibility of working to set these up at business organizations throughout Afghanistan or suggest other appropriate partners and provide relevant background information to be included in a businesscenter design plan for review by DoC prior to plan execution.

10. Provide Afghan business people with at least one training of trainer program per
center (5 total) to be empowered to design and run training programs for local Afghan businesses on how to utilize technology to that allow them to market their goods and services.

11. Develop a training program to equip a minimum of 100 Afghan citizens including women in technology usage, maintenance and management; video and marketing production; and business journalism and other such topics as determined by an assessment of local business needs by each local chamber of commerce or business organization in cooperation with the program implementer and the U.S. Department of Commerce’s staff. Ensure this program is well-staffed, sustainable beyond the lifetime of the project and includes technical expertise key subject matters addressed.

12. Develop resources including training materials; networking sessions, internet based forums, etc. that can be used to facilitate knowledge sharing and communication with potential international partners for Afghan companies.

13. Develop beta website specifications, design, intended marketing plan, outcomes, sustainability plan and list of sponsors to be ongoing supporters of the website.

14. Develop and create a beta website to serve as an online repository of local Afghan business news, Afghan tenders, and Afghan companies advertisements for products they would like to sell or buy from international sources, video segments, e-newsletter, etc.

15. Create a list of potential editors, writers and suppliers of business news.

16. Develop a website governance plan to include a post launch website sustainability and marketing outreach plan.

17. Create a network of contributors to the website in Afghanistan as well as potential international content contributors.

18. Develop a website launch event to include international media, local and international business organizations and chambers of commerce.

19. Produce a monthly e-newsletter to include information on U.S.-Afghan business projects, opportunities for Afghan businesses to grow their businesses, and other business relevant news regarding Afghanistan.

20. Collect evaluations of training workshops from workshop participants.

21. Solicit and collect feedback from Afghan viewers or recipients of the quality of videos, video segments, beta website and e-newsletter.

22. Program success would be measured based on the following criteria:
a) Number of Afghan program participants (defined as those who receive direct benefit through program funds being spent on their behalf such as training participants, Afghan persons employed as contractors by program implementer, participants in website launch event and other website contributors, DVD production participants etc.) to be a minimum of 200 persons.
b) Number of viewings and viewers of video segments and videos and number of persons who sign up to receive e-newsletter; number of news articles and multi-media produced as well as potential audience size.
c) Quality and timeliness of Quarterly reports (narrative and financial).
d) Quality and timeliness of Final report and Demobilization plan.

The Contractor shall be responsible for providing all Life Support functions for all their employees within Afghanistan. Life Support includes, but is not limited to living accommodations, potable water, electricity, Internet access, trash removal, and related support services. The government is not responsible for providing Life Support for the Contractor within Afghanistan.

The Department of Commerce anticipates Contractor personnel will primarily be working in Afghanistan, with additional work performed in the United States, the Middle East and South Asia. The Contractor will have discretion on where to locate its personnel to best perform its obligations under the Contract. For all personnel deploying into the theater of operation, the contractor is authorized to conduct contractor-performed theater admission processing.

The period of performance is twelve (12) months from date of award.

The U.S. Department of Commerce is requesting that interested contractors provide a brief capability/information statement demonstrating their ability to provide this service and provide the following information:

The statement of capabilities should include:

1. Firm name, address, e-mail, telephone and fax numbers

2. Small business certification – 8(a), HubZone, Service Disabled Veteran or Women-owned.

3. Applicable contract vehicles (i.e. DOC, GSA, NASA SEWP) available for Government-wide
use.

4. Past Experience – describe your experience of similar type, size and complexity to that which
is the subject of this Sources Sought.

5. Provide a listing of three (3) most recent projects your firm has performed.

6. Your firms Data Universal Numbering System (DUNS)

7. System for Award Management (SAM) registered NAICS Codes.

Interested parties should submit their responses in either a .doc or .pdf compatible format via email. Submissions should be no more than five (5) pages plus cover sheet. The DOC does not intend to respond to questions concerning this requirement at this time.

Responses should be submitted to Monica.Brown@trade.gov

URL: https://www.fbo.gov/spg/DOC/NIST/AcAsD/AFG_ABBNP/listing.html
OutreachSystems Article Number: 130711/PROCURE/0655
Matching Key Words: video*; edit*; produc*; train*; conference?; website; page?; business*; event?; produce?; production?; distribut*; commercial?; 

Government Printing Office, Customer Services Department, Chicago Regional Printing Procurement Office, 200 North La Salle Street, Suite 810 Chicago IL 60601-1055

437px-US-GovernmentPrintingOffice-Seal.svgT — Two-Color Highlighted Training Manuals Program5543S(2013) 071913 Felicia McGurren, Printing Services Specialist, Phone 3123533916, Fax 3128863163, Email fmcgurren@gpo.gov Single award contract for the period August 1, 2013 to July 31, 2014, plus up to 4 option year extensions for the IRS/NDC, Bloomington, IL. Anticipate approximately 34 orders per year, in a time critical schedule where most order will be placed between October and January, for approximately 10 to 800 copies per order, with approximately 40 to 600 pages per order. Trim size 8-1/2 x 11″. Prints black ink and an additional PMS color. Operations include electronic prepress, printing, drilling, binding, shrink film wrapping, packing, and distribution. Quality level III. Bid opening July 19, 2013. Complete specifications available online viahttp://www.gpo.gov/gpo/bidopps/bidopps.action?region-chicago or from the Point of Contact above.

URL: https://www.fbo.gov/spg/GPO/PPD/ChicagoIL/Program5543S(2013)/listing.html
OutreachSystems Article Number: 130710/PROCURE/0099
Matching Key Words: film?; train*; page?; distribut*; 


Government Printing Office, Customer Services Department, Chicago Regional Printing Procurement Office, 200 North La Salle Street, Suite 810 Chicago IL 60601-1055

T Training Manuals in Black Ink Only, Over 400 Copies Program5546S(2013) 071913 Felicia McGurren, Printing Services Specialist, Phone 3123533916, Fax 3128863163, Email fmcgurren@gpo.gov Single award contract for the period August 1, 2013 to July 31, 2014, plus up to 4 option year extensions for the IRS/NDC,437px-US-GovernmentPrintingOffice-Seal.svg Bloomington, IL.   Anticipate approximately 37 orders per year, in a time critical schedule where most orders will be placed between October and January, for approximately 400 to 2,000 copies per order, with approximately 4 to 1,000 pages per order. Trim size 8-1/2 x 11″. Prints black ink only. Operations include electronic prepress, printing, drilling, binding, shrink film wrapping, packing, and distribution. Quality level III. Bid opening July 19, 2013. Complete specifications available online viahttp://www.gpo.gov/gpo/bidopps/bidopps.action?region-chicago or from the Point of Contact above.

URL: https://www.fbo.gov/spg/GPO/PPD/ChicagoIL/Program5546S(2013)/listing.html
OutreachSystems Article Number: 130710/PROCURE/0100
Matching Key Words: film?; train*; page?; distribut*; 


Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

Department of the Army99 — Sale of Scrap Ammunition Containers QRP13-0013a 071213 Bridgette Caico, Shipping Sales and Receiving clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, Chief QRP Branch, Phone 502-624-5026, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for non-exclusive sale of scrap ammunition containers. Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time. Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome. The contract performance location is bldg 2951 Frasier Rd. Fort Knox Ky 40121 Bridgette Caico Shipping, Sales, and Receiving Clerk Fort Knox Qualified Recycle Program Phone- 502-624-5026 Fax- 502-624-5672
Place of Performance: 2951 Frasier Rd. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP13-0013a/listing.html
OutreachSystems Article Number: 130710/PROCURE/0816
Matching Key Words: state!ky; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Voice Coaching and On-Air Presentation Skills Coaching BBG50-R-13-0003 031413 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov
(i)THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.

(ii) Solicitation No. BBG50-R-13-0003 is issued as a request for proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures in FAR PartBroadcasting Board of Governors 15.

(iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-065, dated January 29, 2013.

(iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 611430 and the small business size standard is $10.0 M

(v) The contractor shall be required to provide the following Contract Line Item: conduct voice coaching and on0air presentation skills in coaching professional broadcasters.

(vi.) The Broadcasting Board of Governors/International Bureau of Broadcasting, (BBG/IBB) has a requirement for a contractor to conduct voice coaching and on-air presentation skills coaching for Voice of America (VOA) and other international broadcasters at IBB headquarters in Washington, DC.

The requirement is for an expert consultant to develop, implement, and evaluate one-on-one and small group coaching sessions for international broadcasters on voicing and on-air presentation skills.   The selected contractor shall have demonstrated experience in coaching professional broadcasters on voicing techniques, vocal health, and vocal quality improvement exercises as well as on-air presence and presentation skills for radio and television.   The desired contractor will have experience working with a widely diverse ethnic population and dealing with the accents and idiosyncrasies of broadcasters whose broadcast language is other than English.

The contractor shall:

1) Design a protocol for one-on-one and small group coaching sessions on broadcast voicing and on-air presentation skills.

2) Implement and evaluate one-on-one and small group coaching sessions on broadcast voicing and presentation skills and on-air presentation and appearance for audio and video reporting.

3) Prepare and present to the Training Development Division a report on the progress of the one-on-one sessions and group workshops.

The development and delivery of the coaching sessions shall be coordinated with in-house BBG/IBB training specialists. The Training and Development Division will monitor all work under resultant contract. The Contractor shall supply all personnel, materials, equipment, and transportation, etc. required to perform work described herein. The Contractor shall prepare an overall plan of performance for the services to be delivered. The plan shall include how the Contractor shall provide the one-on-one and small group sessions, including assessment and corrective feedback plans. The plan shall outline how internationalbroadcasters will learn to improve on-air delivery skills.

The coaching sessions shall focus on improving the person’s on-air presentation skills with emphasis on effectively using the voice in broadcast presentations and/or appearance, style, and reading technique on camera. The Contractor shall analyze each participant’s vocal ability to determine if they have problems with or need to improve their vocal abilities, or on air presence. The Contractor shall identify areas for improvement and develop a strategy to coach the participant on how to improve their deficiencies and maximize their best qualities in voicing and on-air presentation. After identifying the areas of improvement, the Contractor shall provide the participant with exercises, advice, practice drills, techniques, and routines that will assist the participant in improving their vocal abilities and/or how to appear as a news reporter, anchor, talk show host, or other on-air talent. The Contractor shall also provide handouts and other material that the participant may use for future reference.

The typical requirement, for comparative purposes, is for the vendor to deliver 3 days of coaching sessions a month.   A day of coaching sessions is defined as four, one hour sessions conducted at IBB’s Washington, DC headquarters during normal business hours. Please note that there is the possibility that the contractor may possibly be requested to providing coaching session after normal business hours.   Occasionally, the vendor may be asked to conduct sessions via the telephone, Skype©, video conferencing, or other electronic means.   Delivery of services is always at the discretion of the agency and is based on need for the services and availability of funds.

Reporting Requirements

The following reports shall be prepared and submitted to the Training and Development Division in accordance with each specified requirement below:

1. Contractor shall submit a draft Report Format within two weeks after award of the contract by the Government. The Training and Development Division will review and recommend changes to the draft format. After the requested modifications have been made, the Training and Development Division will approve the report format for use during the performance of the contract.

2. A formal quarterly report shall be submitted within ten days after each quarterly period following the effective date of the contract. Using the approved report format, the quarterly progress report shall state the progress made, difficulties encountered during the reporting period and remedial action taken.

(vii) The period of performance will be for one year from the date of award. The Contractor shall submit an invoice electronically, for services provided the preceding month.

(viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a proposal identifying capabilities as noted below . The contractor shall demonstrate the ability and experience in providing the required services. Interested contractors must provide in their proposal a resume from all prospective coaches which demonstrates their education and experience in providing the services needed under this requirement.   The selected contractor shall have qualifications for and experience in providing professional broadcast voice training and video presence lessons to on-air talent at professional news organizations.   This includes an in depth understanding of professional voicing standards and practices as well as overcoming learned patterns and physical barriers to effective speech. Experience is accent reduction is also important in helping foreign broadcasters transitioning to English. The ideal contractor shall have experience in working with talent that broadcast in languages other than English and who speak English as a second language.   The ideal contractor shall be able to work with clients on technical aspects of voice, breathing techniques, delivery pace, enunciation, and techniques for developing an interesting and effective vocal delivery.   The contractor should also have experience working on the visual aspects of presence for television on-air talent. Offerors responding to this solicitation shall submit the following items to the contracting officer :[1] Narrative describing their process for evaluating and determining a client’s specific vocal and on-air needs. Describe how strategies for improvement are determined and if self-directed exercises are provided. This section should include a description of their strategy for facilitating improvement when only occasional (once or twice a month) sessions are possible .   [2] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [3] Prices for all of the listed CLINS must be provided in English and United States dollars

(ix) The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are significantly more important than cost/price. Contractors will be evaluated on 1) education andtraining in professional broadcast voice training and/or the component aspects of voice coaching. (Education); 2) actual experience providing voice lessons to professional news originations on-air talent, with special emphasis working with multi-cultural groups, multilingual news organizations, and work with speakers of English as a second language. (Experience – Voice Coaching); 3) Evaluation of contractors will also includetraining and experience in coaching visual on-air presence including appearance, presentation style, and prompter reading technique on camera. (Experience – On-Air Presence); 4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (Past Performance); and 5) A separate Price Proposal showing a breakdown of the price for the above CLIN (Price). Prices for the listed CLIN must be provided in English and United States dollars. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable.

(x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the System for Award Management (SAMS) Web site at:https://www.sam.gov/portal/public/SAM/. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice.

(xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer will appoint by letter a   Contracting Officer Representative of the (COR), who will have the responsibility of ensuring that the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the letter of authorization or this contract.   It is understood and agreed, in particular, that the COR shall not have authority to make changes in the scope or terms and conditions of the contract unless and only to the extent that such authority is specified in the letter of authorization or the contract.   THE RESULTANT CONTRACTOR IS HEREBY FOREWARNED THAT, ABSENT THE REQUISITE AUTHORITY OF THE COR TO MAKE ANY SUCH CHANGES, IT MAY BE HELD FULLY RESPONSIBLE FOR ANY CHANGES NOT AUTHORIZED IN ADVANCE, IN WRITING, BY THE CONTRACTING OFFICER, MAY BE DENIED COMPENSATION OR OTHER RELIEF FOR ANY ADDITIONAL WORK PERFORMED THAT IS NOT SO AUTHORIZED, AND MAY ALSO BE REQUIRED, AT NO ADDITIONAL COST TO THE GOVERNMENT, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY REASON OF THE UNAUTHORIZED CHANGES.

(xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6 Notice of Total SmallBusiness Set Aside (Nov 2011); 52.219-28 Post Award Small Business Program Representation (Apr 2012); 52.222-3 Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)

(xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.237-3 Continuity of Services. There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices.

(xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition.

(xv) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address provided at the end of this notice. Please note that the deadline for submission of questions is March 6, 2013, by 12:00PM, Eastern Time. Questions must be submitted in writing via email to: mecarpen@bbg.gov. Proposals shall be submitted is an original and one copy must be sent via courier or overnight delivery prior to the deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on March 14, 2013, at 12:00PM, Eastern Time.

(xvi) Contact: Myria Carpenter, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.

Place of Performance: Washington , DC US URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-13-0003/listing.html
OutreachSystems Article Number: 130709/PROCURE/0068
Matching Key Words: video*; train*; web; site?; education*; business*; instruct*; commercial?; broadcast*; program?; 


Department of the Air Force, Air Force Materiel Command, PK/PZ – Robins AFB, 215 Page Rd Robins AFB GA 31098-1611

356px-Seal_of_the_US_Air_Force.svg99 — Determinator Kits F3QCCL3016A001 071113 Mellissa A. Dominick, Phone 4789265126, Email mellissa.dominick@robins.af.mil ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 1 Each
PM – CSLS 600 Determinator
FFP
The contractor shall deliver and install Part Number 104-118-HAZ in accordance with the attached Preventative Maintenance Agreement in CS/CSHS600 Carbon/Sulfur Determinator located in Bldg 323 at RAFB.
Government POC: Bruce Hunnicutt/802 MXSS/MXDTA/478-327-4139
FOB: Destination
PURCHASE REQUEST NUMBER: F3QCCL3016A001

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 1 Each
PM – TC600 Series Determinator
FFP
The contractor shall deliver and install Part Number 104-113-HAZ in accordance with the attached Preventative Maintenance Agreement in TC600 Series Nitrogen/Oxygen Determinator located in Bldg 323 at RAFB.

Government POC: Bruce Hunnicutt/802 MXSS/MXDTA/478-327-4139
FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003
CDRL A001-A003
FFP
Data IAW attached DD1423
FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AA 1 Lot
CDRL A001 – Status Report
FFP
The contractor shall furnish a Status Report when the repair and P.M. Service is completed IAW the DD1423 A001.
FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AB 1 Lot
CDRL A002 – Std Operating Procedure
FFP
Prior to contract award, the contractor shall provide a copy of their company Standard Operating Procedure IAW with DD1423 A002.
FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003AC 1 Lot
CDRL A003 – Accident/Incident Report
FFP
The contractor shall provide an Accident/Incident Report IAW DD1423 A003.
FOB: Destination

NET AMT

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government
0002 Destination Government Destination Government
0003 Destination Government Destination Government
0003AA Destination Government Destination Government
0003AB Destination Government Destination Government
0003AC Destination Government Destination Government

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

0001 POP 22-JUL-2013 TO
05-AUG-2013 N/A SEE SCHEDULE – F3QCCL
SEE SCHEDULE
ROBINS AFB GA 31098
FOB: Destination F3QCCL

0002 POP 22-JUL-2013 TO
05-AUG-2013 N/A (SAME AS PREVIOUS LOCATION)
FOB: Destination F3QCCL

0003 N/A N/A N/A N/A

0003AA POP 22-JUL-2013 TO
05-AUG-2013 N/A N/A
FOB: Destination

0003AB POP 22-JUL-2013 TO
05-AUG-2013 N/A N/A
FOB: Destination

0003AC N/A N/A N/A N/A

CLAUSES INCORPORATED BY REFERENCE

52.222-3 Convict Labor JUN 2003
52.222-21 Prohibition Of Segregated Facilities FEB 1999
52.222-50 Combating Trafficking in Persons FEB 2009
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer–Central Contractor Registration OCT 2003
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.247-34 F.O.B. Destination NOV 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A Central Contractor Registration Alternate A FEB 2013
252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.246-7000 Material Inspection And Receiving Report MAR 2008
252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002

CLAUSES INCORPORATED BY FULL TEXT

52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (FEB 2012)

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show–

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) “Remit to” address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers:

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and–

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to–GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L’Enfant Plaza, SW, Washington, DC
20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

(i) ASSIST (http://assist.daps.dla.mil).

(ii) Quick Search (http://assist.daps.dla.mil/quicksearch).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by–

(i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4″ followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.

(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of provision)

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS–COMMERCIAL ITEMS (DEC 2012) ALTERNATE I (APR 2011)

An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.

(a) Definitions. As used in this provision:

“Emerging small business” means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated.

“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or

(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.

Inverted domestic corporation, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874.

“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except-

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate–

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

Sensitive technology–

(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically–

(i) To restrict the free flow of unbiased information in Iran; or

(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and

(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).

Service-disabled veteran-owned small business concern–

(1) Means a small business concern–

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.

Subsidiary means an entity in which more than 50 percent of the entity is owned–

(1) Directly by a parent corporation; or

(2) Through another subsidiary of a parent corporation.

Veteran-owned small business concern means a small business concern–

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

“Women-owned small business concern” means a small business concern–

(1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or

(2) Whose management and daily business operations are controlled by one or more women.

“Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women.

(b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications–Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ———-.

(Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.)

These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.]

(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern.

(2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern.

(3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern.

Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.

(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that–

(i) It * is, * is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the
representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ----------.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that–

(i) It [ballot] is, [ballot] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ballot] is, [ballot] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ----------.] Each EDWOSB concern participating in the joint venture
shall submit a separate signed copy of the EDWOSB representation.

(8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern.

(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:

_____________________________________________

(10) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.)

(i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business.

(ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows:

(A) Offeror’s number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or

(B) Offeror’s average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts).

(Check one of the following):

Average Annual

Number of Employees Gross Revenues

___ 50 or fewer ___ $1 million or less

___ 51 – 100 ___ $1,000,001 – $2 million

___ 101 – 250 ___ $2,000,001 – $3.5 million

___ 251 – 500 ___ $3,500,001 – $5 million

___ 501 – 750 ___ $5, 000,001 – $10 million

___ 751 – 1,000 ___ $10,000,001 – $17 million

___ Over 1,000 ___ Over $17 million

(11) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.)

(i) General. The offeror represents that either–

(A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search Database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or

(B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.

(ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.)

(12) Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.)

(The offeror shall check the category in which its ownership falls):

____Black American.

____Hispanic American.

____Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).

____Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).

____Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).

____Individual/concern, other than one of the preceding.

(d) Certifications and representations required to implement provisions of Executive Order 11246–

(1) Previous Contracts and Compliance. The offeror represents that–

(i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and

(ii) It ( ) has, ( ) has not, filed all required compliance reports.

(2) Affirmative Action Compliance. The offeror represents that–

(i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or

(ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.

(f) Buy American Act–Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act–Balance of Payments Program–Supplies, is included in this solicitation.)

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product, ” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act–Supplies.”

(2) Foreign End Products:

LINE ITEM NO. COUNTRY OF ORIGIN

(List as necessary)

(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(g)(1) Buy American Act — Free Trade Agreements — Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act — Free Trade Agreements — Israeli Trade Act, is included in this solicitation.)

The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product, ” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product, ” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.”

(ii) ) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”:

Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

LINE ITEM NO. COUNTRY OF ORIGIN

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”

Other Foreign End Products:
LINE ITEM NO. COUNTRY OF ORIGIN

[List as necessary]

(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.

(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:

Canadian End Products:
Line Item No.:
___________________________________________
[List as necessary]

(3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”:

Canadian or Israeli End Products:
Line Item No.: Country of Origin:

[List as necessary]

(4) Buy American Act–Free Trade Agreements–Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:

(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act–Free Trade Agreements–Israeli Trade Act”:

Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No.: Country of Origin:

[List as necessary]

(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)

(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.

Other End Products
Line Item No.: Country of Origin:

[List as necessary]

(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.

(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals–

(1) ( ) Are, ( ) are not presently debarred, suspended, proposed for debarment,

Place of Performance: RAFB Warner Robins, GA 31098 US URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL3016A001/listing.html
OutreachSystems Article Number: 130709/PROCURE/0372
Matching Key Words: documentar*; 


Department of the Navy, United States Marine Corps, Marine Corps Community Services Iwakuni,

99 — Inventory & Sales Tracking System FDC-13-0048 071913 Richard F. Courtemanche , Contracting Officer, Phone 81827794028, Fax 818827796729, Email courtemancherf@usmc-mccs.org – Alex S. Adame, Contract Administrator, Phone 81827793504, Email adameas@usmc-mccs.org ;
p;
Statement of Work: Inventory and Sales Tracking System

We are searching for an Inventory tracking system for The Food Court, Club, School Lunch, Strike Zone, Sakura Theater and Warehouse.   The following functionalities are needed.   A software administrative ability, recipe and menu tracking capability, Inventory Control Management, Sales tracking software, Production / Cost Card   function, Nutritional Analysis, Ability to Interface with multiple vendors and multiple internal unit level systems , Mobile code reading or scanner capability, and set up600px-US-DeptOfNavy-Seal.svg technical training package.   This inventory system must be able to Interface with multiple POS systems / software.

Software Administrator

This inventory system should allow us to centralize our inventories into one data base.    It needs to employ internet technology to communicate between Software being used by our vendors.   Software must be flexible and can be configured to meet the specialized needs of many different foodservice operations, such as Military Clubs, Fast Food Franchises, Theater Snack Bar, Bowling Snack Bar and Lounge operations.   System needs to be able to send specific information to an individual profit center / unit, as well as multiple profit centers.   Software needs to be able to decipher specific information when communicating with a specific Vendors / Client.   Software should be able to allow Vendor / Client communications / information sharing for items like recipes, instructional video, PLU’s / code reading, automated pricing updates, inventory / invoices tracking, transfers and requisitions.

Recipe & Menu Costing

Should be able to store, scale, and size an unlimited number of recipes / Production Cards. Instantly analyze recipes and menu costs by portion or yield.   Update price changes from the vendors automatically.   The software should allow for changes to ingredients in every recipe.   Software should allow for effective costing for an entire function or individual item.   Software should be able to auto-populate / generate recipe ingredient pull lists.

Inventory Control

Software must be able to track food cost and inventory values.   Software should be able to track multiple invoices from different vendors and read individual vendor identification / item codes. System needs to have scanner code reading capability for physical inventory, be able to prepare orders and maintain par levels, track activity inventory movement through purchases and sales.   Software needs to calculate inventory on-hand for multiple locations.   System should be able to compare theoretical and actual usage and identify conflicts.   Software needs to calculate overall food cost percentage for individual items and recipes / production card. System should have unlimited capacity for adding additional inventory items.

Sales

The system needs to track sales by hour, by day or period and rank sales by contribution to profit or number sold.   Software needs to interface with multiple POS systems.   System should have to the ability to print out sales data reports by profit center / unit for any period of time.

 Production 

The system should be able to create production cards for any recipe automatically based on par levels and desired quantity of product being prepared.   Inventory should show automatic depletion once productioncards show completion.   System should be able to produce labels with production date and expiration date.

Purchasing & Ordering

Generate orders / requisitions based on preset par levels.   Generate orders / requisitions for multi-vendors or single vendor.   System should be able to generate requisitions sheets to be used in verifying / receiving of goods.   System should generate customized reports for purchases, price variances, and credits.   System needs to have the ability to analyze by inventory category, account category, profit center, location, etc.   System needs to be able identify any price increases and decreases.

Nutritional Analysis

System should be able to accurately give analysis of nutritional values for commonly used ingredients.   Allow end user to add specialty items and calculates nutritional values for recipes and menu items.

Additional Requirements

We would require a training package that would train our current staff and link us to our primary vendors through this system.   The training needs to be customized to focus on the specific areas of the software that most apply to our operations.

POS Interface

Current POS systems in place are HSI, Micros and Subshop.

Place of Performance: MCCS Iwakuni Purchasing & Contracting MCAS Iwakuni, 1 96310 JP URL: https://www.fbo.gov/notices/10d83c7ed92e8fef406acd75c6ceac55
OutreachSystems Article Number: 130709/PROCURE/0427
Matching Key Words: video*; produc*; train*; produce?; production?; instruct*; 


Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

606px-Environmental_Protection_Agency_logo.svgR–NCEA-On-Site Information Management Services-Cincinnati SOL-CI-13-00022 071713 Michael D. Kreacic kreacic.michael@epa.gov A. Submission of Proposals 1. Do not submit proposals through Fed connect. 2. All proposals shall be submitted as described in Clause L-15 LOCAL CLAUSES EPA-L-36-101 PROPOSAL INSTRUCTIONS.
B. Solicitation and Amendments 1. Solicitation SOL-CI-13-00022 and all amendments will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for the solicitation and amendments 2. It is the responsibility of interested offerors to frequently check FedBizOpps and the EPA website address for updates or changes. (end amendment 3 text)
United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130709/PROCURE/0461
Matching Key Words: writ*; technical; standard; 

Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway – MC3 Boulder CO 80305-3328

R — OLYMPIC COAST NATIONAL MARINE SANCTUARY GRAPHIC ARTS & WEB DESIGN SERVICES NCND6026-13-01159SRG 071713 Suzanne A Romberg-Garrett, Phone 303-497-5110, Email suzanne.garrett@noaa.gov – Doris P Turner, Purchasing Agent, Phone 303-497-3872, Fax 303-497-3163, Email doris.p.turner@noaa.gov COMBINED SYNOPSIS/SOLICITATION
OLYMPIC COAST NATIONAL MARINE SANCTUARY GRAPHIC ARTS & WEB DESIGN SERVICES
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional600px-US-DeptOfCommerce-Seal.svg information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6026-13-01159SRG.

(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68.

(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541430. The small business size standard is $7.0 MILLION.

(V) This combined solicitation/synopsis is for purchase of the following commercial services:

CLIN 0001 – BASE PERIOD 8/1/2013-7/31/2014 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________

CLIN 1001 – OPTION PERIOD ONE 8/1/2014-7/31/2015 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________

CLIN 2001 – OPTION PERIOD TWO 8/1/2015-7/31/2016 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________

CLIN 3001 – OPTION PERIOD THREE 8/1/2016-7/31/2017 – HOURLY LABOR RATES tiny_mce_marker__________ PER MONTH EXTENDED FOR YEAR tiny_mce_marker__________

TOTAL FOR ALL YEARS tiny_mce_marker___________________

(VI) Description of requirements is as follows: See the attached statement of work which applies to Base Year and all Option Years 1 through 4, and Department of Labor Wage Rates: WD 05-2559, Revision No. 16, dated 6/19/2012, which can be found on: http://www.wdol.gov.

SEE THE SCOPE AT THE END OF THE FEDBIZOPS POSTING.

(VII) Period of performance shall be:
Base Year for a twelve month period 8/1/2013 through 7/31/2014.
Option Period 1 for a twelve month period 8/1/2014 through 7/31/2015.
Option Period 2 for a twelve month period 8/1/2015 through 7/31/2016.
Option Period 3 for a twelve month period 8/1/2016 through 7/31/2017.

(VIII) FAR 52.212-1, Instructions to Offerors – Commercial Items (FEB 2012), applies to this acquisition.

Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email suzanne.garrett@noaa.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, July 12, 2013.

NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.

(IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: The Government intends to award a firm-fixed price purchase order on an all or none basis. Evaluation will be based on the following:

(1) Meeting all the requirements listed in the scope including, but not limited to the following.
1. Proficiency with a variety of graphics hardware including Macintosh computers, scanners, storage media devices, digital cameras, printers and plotters;
2. Professional experience utilizing a variety of graphics software including Adobe PageMaker, InDesign, Adobe Illustrator, Adobe Photoshop, Flash, and others;
3. Professional experience in design, production, maintenance and management of web pages and their content utilizing BBEdit, Fetch, and Macromedia Dreamweaver software;
4. Minimum 10 years professional experience with digital video editing for educational and research purposes using Final Cut Studio
5. Minimum 10 years professional experience as a Graphic Designer/Web Illustrator;
6. Experience identifying key species of flora and fauna of the outer coast of Washington;
7. Ability to communicate sanctuary related information clearly and effectively to a wide variety of audiences in visual/graphic formats;
8. Experience in management of photographic archives in both digital and film forms, utilizing Extensis Portfolio software;
9. Minimum Associates degree in Applied Arts, Digital Design or related subject;
10. Special Conditions: Applicants are subject to a background check. This is a non-smoking work environment. Valid Washington state driver’s license is required. Applicants must be able to work a flexible schedule, including occasional weekends and evenings.
11. Knowledge of NOAA/NOS/ONMS website standards;
12. Knowledge of ONMS “Best Practices” standards for sanctuary messaging;
13. Knowledge of Government Printing Office paperwork and procedures;
14. Proficiency with PowerPoint, Excel, Word, and other Microsoft Office applications;
15. Previous experience with OCNMS is greatly desired. Due to the specific requirements for web design and ONMS messaging, familiarity with the website design standards of NOAA/NOS/ONMS and the “Best Practice” standards for ONMS messaging would reduce the time it takes to train a contractor.
16. Provide a resume.
17. Provide 2 references for similar or same work. Include the contact name of the person, their email, phone, and company name.
18. Price:

(X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012)
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(a) Definitions. As used in this provision-
“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and dailybusiness operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.
“Forced or indentured child labor” means all work or service-
(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.
“Inverted domestic corporation”, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874.
“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-
(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.
“Sensitive technology”-
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).
“Service-disabled veteran-owned small business concern”-
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.
“Subsidiary” means an entity in which more than 50 percent of the entity is owned-
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
“Veteran-owned small business concern” means a small business concern-
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
“Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.
“Women-owned small business concern” means a small business concern-
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
“Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.
(b)
(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.
(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________.
[Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any.
These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]
(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern.
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it ___ is, ___ is not a service-disabled veteran-owned small business concern.
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002.
(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-
(i) It ___ is, ___ is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It ___ is, ___ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-
(i) It ___ is, ___ is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and
(ii) It ___ is, ___ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.
Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.
(8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________
(10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged BusinessParticipation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.]
(i) General. The offeror represents that either-
(A) It ___ is, ___ is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or
(B) It ___ is, ___ is not has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.
(ii) ___ is, ___ is not Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.]
(11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-
(i) It ___ is, ___ is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and
(ii) It ___ is, ___ is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small businessconcern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone smallbusiness concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246-
(1) Previous contracts and compliance. The offeror represents that-
(i) It ___ has, ___ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and
(ii) It __ has, ___ has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that-
(i) It ___ has developed and has on file, ___ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It ___ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.
(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic endproducts, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Supplies.”
(2) Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.”
(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”
Other Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Canadian End Products:
Line Item No.
_______________________________________
_______________________________________
_______________________________________
[List as necessary]
(3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Canadian or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(4) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American Act-Free Trade Agreements-Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.
Other End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-
(1) ___ Are, ___ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(2) ___ Have, ___ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property;
(3) ___ Are, ___ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) ___ Have, ___ have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product Listed Countries of Origin
___________________ ___________________
___________________ ___________________
(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]
[ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.
[ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-
(1) ___ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or
(2) ___ Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
[ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that-
(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.
[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that-
(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;
(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercialcustomers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies-
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN.
(3) Taxpayer Identification Number (TIN).
___ TIN: ________________________________.
___ TIN has been applied for.
___ TIN is not required because:
___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;
___ Offeror is an agency or instrumentality of a foreign government;
___ Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
___ Sole proprietorship;
___ Partnership;
___ Corporate entity (not tax-exempt);
___ Corporate entity (tax-exempt);
___ Government entity (Federal, State, or local);
___ Foreign government;
___ International organization per 26 CFR 1.6049-4;
___ Other ________________________________.
(5) Common parent.
___ Offeror is not owned or controlled by a common parent;
___ Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.
(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874.
(2) Representation. By submission of its offer, the offeror represents that-
(i) It is not an inverted domestic corporation; and
(ii) It is not a subsidiary of an inverted domestic corporation.
(o) Sanctioned activities relating to Iran.
(1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov.
(2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act.
(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated country end products.
(End of provision)
Alternate I (Apr 2011). As prescribed in 12.301(b)(2), add the following paragraph (c)(12) to the basic provision:
(12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.)
[The offeror shall check the category in which its ownership falls]:
____ Black American.
____ Hispanic American.
____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
____ Individual/concern, other than one of the preceding.
Alternate II (Jan 2012). As prescribed in 12.301(b)(2), add the following paragraph (c)(10)(iii) to the basic provision:
(iii) Address. The offeror represents that its address o is, o is not in a region for which a small disadvantaged business procurement mechanism is authorized and its address has not changed since its certification as a small disadvantaged business concern or submission of its application for certification. The list of authorized small disadvantaged business procurement mechanisms and regions is posted athttp://www.acquisition.gov/References/sdbadjustments.htm. The offeror shall use the list in effect on the date of this solicitation. “Address,” as used in this provision, means the address of the offeror as listed on the Small Business Administration’s register of small disadvantaged business concerns or the address on the completed application that the concern has submitted to the Small Business Administration or a Private Certifier in accordance with 13 CFR Part 124, subpart B. For joint ventures, “address” refers to the address of the small disadvantaged business concern that is participating in the joint venture.

The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.

(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUNE 2013), applies to this acquisition.

(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013) applies to this acquisition. The following clauses under subparagraph (b) apply:
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note.
282) (31 U.S.C. 6101 note.
(6) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note).
(23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)).
(26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126).
(28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
(38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
(39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).
(40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 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).
(42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

The following clauses under subparagraph (c) apply:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

(XIII) The following clauses are also applicable to this acquisition:
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2 Clauses 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:

The following additional FAR terms and conditions apply:
52.214-34, Submission of Offers in the English Language (Apr 1991)
52.214-35, Submission of Offer in U.S. Currency (Apr 1991)
52.242-15, Stop-Work Order (Aug 1989)

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of clause)

52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond July 31, 2014. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 31, 2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision.
(b) The use in this solicitation of any Commerce Acquisition Regulation provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.
(End of provision)
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 Commerce Acquisition Regulation clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.
(End of clause)

DEPARTMENT OF COMMERCE CLAUSES:

System for Award Management Registration (September 2012) (DEVIATION)
(a) Definitions. As used in this clause-
“Central Contractor Registration (CCR) database” means the primary Government repository for Contractor information required for the conduct of business with the Government.
“Commercial and Government Entity (CAGE) code” means-
(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or
(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.”
“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.
“Registered in the SAM database” means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database;
(2) The Contractor’s CAGE code is in the SAM database; and
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.
“System for Award Management (SAM)” means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes-
(1) Data collected from prospective federal awardees required for the conduct of business with the Government;
(2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and
(3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office.
(b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4.
(3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM.
(c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
(1) A Contractor may obtain a DUNS number-
(i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office.
(2) The Contractor should be prepared to provide the following information:
(i) Company legal business name.
(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(iii) Company physical street address, city, state and Zip Code.
(iv) Company mailing address, city, state and Zip Code (if separate from physical).
(v) Company telephone number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
(d) Reserved.
(e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing.
(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
(g)(1)(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name of its intention to–
(A) Change the name in the SAM database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer.
(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor’s SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the “Suspension of payment” paragraph of the EFT clause of this contract.
(h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls.
(End of Clause)

Providing Accelerated Payment to Small Business Subcontractors (August 2012) (DEVIATION)
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.

(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.

(b) Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns.

(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(End of clause)

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) and the FY2013 Continuing Appropriations Resolution
(Pub.L. 112-175, September 28,2012,126 Stat. 1313), none of the funds made available by Fiscal Year 2013 Continuing Resolution funding may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that i
OutreachSystems Article Number: 130704/PROCURE/0220
Matching Key Words: video*; film?; edit*; produc*; train*; website; web; page?; education*; business*; documentation; produce?; production?; instruct*; commercial?; 


Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105 Bethesda MD 20894

dept of health and human servicesR — Conservator NIHLM2013743 071813 Kimberly Pringle, Phone 301-496-6546, Fax 301-402-0642, Email kp271m@nih.gov This is a combined synopsis/solicitation for a commercial service prepared in accordance with FAR Part 13.5 – Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) NIHLM2013743. This solicitation document incorporates provisions and clauses that are in effect through FAC 2005-66 FAR Revision effective April 1, 2013, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Total Small Business Set-Aside and the North American Industry Classification System (NAICS) code is 519120, Libraries and Archives.
This is a labor hour contract and it is anticipated that an award will be made for a base year and two option years.

BACKGROUND
The History of Medicine Division (HMD) of the National Library of Medicine (NLM) located on the National Institutes of Health (NIH) campus in Bethesda, MD maintains a pre-eminent collection of the world’s published medical literature, including books, journal volumes, pamphlets, and theses, printed from the 15th through the early 20th century; manuscripts ranging in date from the 11th century to the present; fine prints, and other graphic materials from the 15th century to the present; and historical audiovisuals up through 1970. The collection consists of more than 600,000 printed works, 4,000 linear feet of modern manuscripts, 3,000 historical audiovisuals, and 60,000 historical prints and photographs. Certain items in its collection are in a deteriorated condition and require conservation treatment or rehousing.

PURPOSE AND OBJECTIVE OF THE PROCUREMENT
This contract shall provide the services of a professional book conservator, working on-site at the National Library of Medicine, who will perform repairs to bound and flat paper collection items, design and construct housings and exhibit mounts, prepare books for scanning, write condition and treatments reports, and provide collection maintenance to the book and manuscript collections. The contractor may also provide technical guidance to NLM staff engaged in book and paper repair and participate in training sessions on book preservation for NLM staff.

PROJECT REQUIREMENTS
Most of the work will be performed in the NLM’s Conservation Lab, which is equipped with a well-lighted work bench, conservation lab equipment, and general office supplies. The contractor will be supplied with an NIH ID card and parking permit. Additional conservation supplies and small equipment, as needed, shall be supplied by the Government.

The Government estimates that during each month of the contract a minimum of 40 hours of work to a maximum of 150hours shall be required. It is anticipated that a base year award will be made for up to 1834 hours with an option to add 222 hours. The first option year is expected to be awarded for 638 hours with an option to increase the number of hours to 1170. The second option year is expected to be awarded for 612 hours with an option to increase the number of hours to 1122. These estimates are subject to change based on funding constraints and the hourly rates of the quotations received.

Normally work will be performed during at least two weeks of every month. The hours will be on a regular schedule to be arranged with the project officer with some room for flexibility. All work shall be performed in accordance with accepted principles of rare book conservation and in adherence to the American Institute for Conservation (AIC) “Code of Ethics and Guidelines for Practice” (available athttp://palimpsest.stanford.edu/aic/pubs/ethics.html).
The work shall be performed by a single individual conservator working at the NLM. The tasks the conservator may be asked to complete include, but are not limited to, the following:

A. Maintenance of historic collection of books and manuscripts, including:
1.Performing repairs to bound volumes and manuscripts, using appropriate conservation materials and techniques.
2.Writing condition reports including digital photo documentation for bound and flat paper items using an online database.
3.Constructing custom-fitted protective housings for all repaired items and other individual collections as needed using appropriate materials and structures.
4.Performing preservation assessments of collections including surveys.
5.Carrying out regular maintenance of the collection, such as cleaning shelved books.
6.Identifying the need for ordering supplies required for treatments.
7.Applying NLM property stamp and bookplate to volumes.
8.Writing accurate condition and treatment reports including photo documentation and compiling American Research Libraries statistics for all treatments using an online database. Contractor must know how to search computer database for bibliographic information.
9.Participating in research with conservation librarian.
10.Participating in disaster recovery of collections as needed.

B.Preparation of volumes for reformatting including scanning, filming, or photography such as:
1.Writing a condition report using an online database with digital photo documentation for all items to be reformatted after repair is completed.
2.Surveying collections before scanning or photography to determine need for disbinding or minor repairs or other factors which may necessitate special handling in scanning or photography.
3.Disbinding or loosening sewing of tightly-bound volumes, performing minor paper repairs, repairing or detaching foldout plates.
4.Handling and setting up books for scanning and photography.
5.Packing items for shipment and inspecting items returned after reformatting complete.

C.Providing input in the design and set-up of exhibits, including:
1.Inspecting conditions for exhibition including light levels, temperature, and humidity, etc.
2.Designing and constructing exhibit mounts.
3.Creating facsimiles for exhibit using scanner and software.
4.Affixing collections items or facsimiles to mounts.

D.Advising and training of NLM staff including:
1.Providing technical guidance to NLM staff and contractors engaged in book and flat paper repair.
2.Holding training sessions for NLM staff on handling, housing, identifying problems, etc.
3.Holding demonstration sessions or tours for visitors.

REPORTING REQUIREMENTS
Within five (5) working days after the end of each month, the contractor shall prepare and submit the following:
1.Invoice in the format provided by the Government
2.Written report which shall include, at a minimum:
- number of hours worked
- type of work performed
- number of volumes and/or leaves repaired
- number of housings constructed

QUOTATION REQUIREMENTS
Offerors shall submit:
•A detailed ré sumé identifying the names of educational institutions or other academic background and prior relevant work experience, as well as dates of attendance/employment and descriptions of the courses or job responsibilities; Resume should also demonstrate the length and variety of other relevant experience in similar tasks and relevant training.
•The names and current telephone numbers for three references who (i) are experienced conservators, and (ii) with recent knowledge of the proposed individual’s work.
•A narrative describing the techniques, materials, principles, practices, and ethics that the offeror would employ to accomplish the goals of this contract, addressing the offeror’s commitment to customer satisfaction and timely delivery of high quality products and services, and description of past experience with similar activities. The narrative should also describe (i) the availability (i.e., number of hours and days the individual is available to work) of the proposed individual, and (ii) 1-2 paragraphs describing the portfolio of the individual and location of the portfolio for the site visit.

EVALUATION CRITERIA
Technical factors are of paramount consideration; however, cost is also important to the overall award decision. All evaluation factors other than cost, when combined, are significantly more important than cost. The Government can make tradeoffs among cost and technical factors in determining which offeror provides the best value by awarding to other than the lowest cost offeror or other than the highest technically rated offeror. Award will be made to that offeror whose quote provides the best overall value to the Government.

The Government shall evaluate quotes using the following technical evaluation criteria, which are listed in the order of relative importance:

Criteria A: Personnel
Resume demonstrates that staff is competent and experienced in the skills outlined in this solicitation. Offerors should clearly demonstrate:
•A Master’s or Bachelor’s degree
•At least five years of combined training and experience
•Training from a qualified conservator, apprenticeship, or formal library conservation training program as verified by examples of various book treatments and housings as seen in the portfolio
•Knowledge and experience in the ethics, principles, practices, and techniques employed in the conservation of printed and manuscript materials, both bound and manuscript materials, using conservation materials and techniques, and in the construction of protective housings and exhibit supports, using conservation materials and structures
•Proven ability to work independently
•Experience making sound decisions concerning conservation treatments and techniques
•Continued interest in new conservation techniques, materials, and theory, as evidenced by professional activities, publications, and continuing education
•Strong written and oral communication skills and the ability to work well with others in a collegial atmosphere
•Knowledge of how to search computer database(s) for bibliographic information

Criteria B: Past Performance
Past performance will be evaluated based upon:
•References
•A site visit to review a portfolio of the proposed individual’s current work. During the site visit, the individual will be asked to explain the treatments and show written and photo documentation of all treatments, mounts, and housing in the portfolio. The portfolio should include multiple examples of various repairs to manuscripts and bound books, exhibit mounts, and protective housings.
•Narrative demonstration that the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services.
•Narrative description of past experience with similar activities.

Criteria C: Narrative That Demonstrates an Understanding of the Requirements
The narrative demonstrates in a detailed manner the approach and ability to perform all tasks and deliverables in the statement of work. The narrative details the manner in which the project will be carried out and conveys an understanding of the information to be compiled and delivered. The percentage of time the proposed individual will contribute to the on-site only project is adequately identified.

QUOTATION SUBMISSION
The quotation shall not exceed 10 pages. The page limitation includes the cover letter, table of contents (if any), resume, and narrative.

Quotations shall be submitted in an electronic mail format no later than 12 p.m., local prevailing time, on Thursday, July 18, 2013 to the Contract Specialist at: pringlek@mail.nih.gov. In addition to the electronic copy, one original and three (3) hard copies shall be provided to the address below:

Attn: Kimberly Pringle
Office of Acquisitions
NIH/National Library of Medicine
6707 Democracy Boulevard, Suite 105
Bethesda MD 20817

Hard copies must be received within one business day from the time designed for receipt of the electronic copy.

QUOTATIONS SUBMITTED BY WAY OF FACSIMILE WILL NOT BE ACCEPTED. Offerors responding to this notice must be able to provide the services as requested by NLM. Offerors shall include all information which documents and/or supports the quotation requirements and evaluation criteria in clearly marked section(s) of the quotation. All responses from responsible sources will be considered.

Inquiries regarding this procurement must be made in writing no later than, Wednesday, July 10, 2013 to Kimberly D. Pringle, Contract Specialist at pringlek@mail.nih.gov.

Vendor shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and maybe obtained from the web sites: FAR 52.212-1, Instructions to Offerors – Commercial Items (February 2012); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (December 2012) – with DUNS Number Addendum [52.204-6 (December 2012)]; FAR 52.212-4, Contract Terms and Conditions – Commercial Items) (June 2013); FAR 52.212-4, Addendum to Clause for Year 2000 Compliance (July 1997); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (January 2013).

Set-Aside: Total Small Business Place of Performance: 8600 Rockvile Pike Bethesda, MD US URL: https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013743/listing.html
OutreachSystems Article Number: 130704/PROCURE/0246
Matching Key Words: filming; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road Norfolk VA 23521

U — ADVANCED TACTICAL SWIM COURSE H92240-13-T-JH18 070913 Jackie D Handley, Phone 757-763-2441, Fax 757-462-2434, Email jacqueline.handley@navsoc.socom.mil ;
p;
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. Solicitation H92240-160px-Special_Operations_Specops_Army.svg13-T-JH18 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract.

The associated NAICS code is 611620 and the Small Business Size Standard is $7.0 M.

This requirement is 100% set aside for small business.

Clin 1001: Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO).  Anticipated dates: 22-26 July 2013 1 GP

Clin 2001:OPTION   Provide FIVE DAY Advanced Tactical Swimmers   Course IAW attached Statement of Objectives (SOO)Date to be determined, Nov 2013 1 GP

Clin 2002: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO) Date to be determined, Feb 2014 1 GP

Clin 2003: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO)Date to be determined,  Jul 2014 1 GP

Clin 3001:OPTION   Provide FIVE DAY Advanced Tactical    Swimmers Course IAW attached Statement of Objectives (SOO)Date to be determined, Nov 2014 1 GP

Clin 3002: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Feb 2015 1 GP

Clin 3003: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO),  Date to be determined Jul 2015 1 GP

Clin 4001:OPTION   Provide FIVE DAY Advanced Tactical    Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Nov 2015  1 GP

Clin 4002: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined Feb 2016 1 GP

Clin 4003: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO),  Date to be determined, Jul 2016  1 GP

Clin 5001:OPTION   Provide FIVE DAY Advanced Tactical    Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined, Nov 2016 1 GP

Clin 5002: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO), Date to be determined, Feb 2017 1 GP

Clin 5003: OPTION Provide FIVE DAY Advanced Tactical   Swimmers Course IAW attached Statement of Objectives (SOO),  Date to be determined, Jul 2017 1 GP

Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 26 Jun 2013.

NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file)

DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012)

DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012)

Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed on line at http://www.sam.gov

Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov 

The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS.

FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

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 based on the lowest priced technically acceptable proposal.

The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor’s ability to meet the required training specifications as detailed in SOO.

Provide two (2) examples of orders where same/similar training has been performed or being performed by your company within the past three (3) years.

The following provisions and clauses apply to this acquisition: It is the offeror’s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-99 – System for Award Management Registration (August 2012) (Deviation)
FAR 52.209-6 – Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.212-1- Instructions to Offerors - Commercial Items (FEB 2012)
FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012)
FAR 52.212-4 – Contract Terms and Conditions – Commercial Items
FAR 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation)
FAR 52.217-8 Option to Extend Services- Notice of the government’s intent to exercise the option shall be given to the contractor 60 days prior to exercise of the option

FAR 52.217-9 Option to Extend the Term of the Contract

Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within   60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.

FAR 52.219-6 – Small Business Set-Aside
FAR 52.222-3 — Convict Labor
FAR 52.222-19 – Child Labor, Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (Mar 2007)
FAR 52.222-36 – Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-50; Combating Trafficking in Persons (FEB 2009)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messages
FAR 52.225-13 – Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds

FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003)
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.247-34 – F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 – Clauses Incorporated By Reference FAR 52.252-5 (DEV) – Terms and Conditions Statues
FAR 52.252-6 – Authorized Deviations in Clauses
FAR 52.217-5 – Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Provision)

DFARS 252.203-7000 – Requirements Relating to Compensation
DFARS 252.203-7002 – Requirement to Inform Employees
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A – Central Contractor Registration
DFARS 252.204-7008 – Export Controlled Item
DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009)
DFARS 252.225-7001-Buy American Act and Balance of Payments Program
DFAR 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 — Levies on Contract Payments and
DFARS 252.243-7001– Pricing of Contract Modifications

SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007)
(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)   All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer.
SOFAR 5652.233-9000 Independent Review of Agency Protest

Set-Aside: Total Small Business Place of Performance: 1300 HELICOPTER RD, BLDG 3854 VIRGINIA BEACH, VA 23459 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH18/listing.html
OutreachSystems Article Number: 130704/PROCURE/0298
Matching Key Words: film?; produc*; train*; you; website; web; site?; business*; instruct*; commercial?; 


Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

160px-Special_Operations_Specops_Army.svg99 — TACTICAL GEAR H92244-13-T-0252 071913 Catherine A. Prestipino, Phone 7578629467, Email catherine.prestipino@vb.socom.mil This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-13-T-0252, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 effective 26 June 2013, and DFARS 20130625.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500. The DPAS rating for this procurement is DO-C9

This requirement is brand name or equal. If quoting equal, vendor must provide specifications in order to be considered for award.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
CLIN LINE ITEM NUMBER (CLIN) 0001- S&S Precision NavBoard Single, Mounts in Magazine Pouch or Parachute Chest Strap; Model #: NB-SP01, QTY: Sixty-five (65) each.
CLIN LINE ITEM NUMBER (CLIN) 0002- S&S Precision WeaponLink (Belt Version); Model #: WL-B001, QTY: Sixty-five (65) each.
CLIN LINE ITEM NUMBER (CLIN) 0003- S&S Precision NavBoard Stubby with bungie retention System and Red V-Lite; Model; #: NB-ST01, QTY: Sixty-five (65) each.
OPTIONAL CLINS

OPTION CLIN 1001 – S&S Precision NavBoard Single, Mounts in Magazine Pouch or Parachute Chest Strap; Model #: NB-SP01, QTY: Sixty-five (65) each.

OPTION CLIN 2001 – S&S Precision WeaponLink (Belt Version); Model #: WL-B001, QTY: Sixty-five (65) each.

OPTION CLIN 3001 – S&S Precision NavBoard Stubby with bungie retention System and Red V-Lite; Mode; #: NB-ST01, QTY: Sixty-five (65) each.

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
A lternate I (Oct 1995)
FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity
FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, And Energy Program Use (APR 2008)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders– Commercial Items (Deviation)(NOV 2012)
FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
FAR 52.222-3 Convict Labor (JUN 2003)
FAR 52.222-18 Encouraing Contractor Policy to Ban Text Messaging
FAR 52.222-19 Child Labor Law Cooperation with Authorities and Remedies (Mar 2012)
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (MAR 2007)
FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
FAR 52.222-50 Combating Trafficking of Persons (Feb 2009)
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011)
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
(OCT 2003)
FAR 52.232-36 Payment by Third Party (FEB 2010)
FAR 52.233-1 Alt 1 Disputes Alt 1 (DEC 1991) (JUL 2002)
FAR 52.233-3 Protest After Award (AUG 1996)
FAR 52.242-15 Stop Work Order (AUG 1989)
FAR 52.243-1 Changes-Fixed Price (AUG 1987)
FAR 52.244-6 Subcontracts for Commercial Items (DEC 2010)
FAR 52.247-34 F.O.B. Destination (NOV 1991)
FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984)
FAR 52.253-1 Computer Generated Forms (JAN 1991)
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A
DFARS 252.211-7003 Item Identification and Valuation (JUN 2011)
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (OCT 2011)
DFARS 252.225-7000 Buy American Act -Balance of Payments Program
(DEC 2009)
DFARS 252.225-7001 Buy American Act and Balance of Payment Programs (MAR 2012)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003)
DFARS 252.232-7010 Levies on Contract for Payment (DEC 2006)
DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)Alt III
SOFARS 5652.204-9003 Disclosure of Unclassified Information (Nov 2007)
SOFARS 5652.204-9004 Foreign Persons (JAN 2006)
SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2011)
SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998)

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at http://www.sam.gov

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) 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 following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the trainingprogram details for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items
(Apr 2011) Alternate 1 (NOV 2012)
FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)
FAR 52.222-25 Affirmative Action Compliance (APR 1984)
FAR 52.252-2 Clauses Incorporated By Reference ( FEB 1998)
FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)
FAR 52.252-6 Authorized Deviations in Clauses (APR 1984)

FAR 52.217-8 Option to Extend Services Nov 1999
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.

FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000
(a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve (12) months.

52.232-18 Availability of Funds.
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

5652.204-9003 Disclosure of Unclassified Information (2007) Section H

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor’s organization any unclassified information, regardless of medium (e.g., film,tape, document, contractor’s external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer.
(d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Ms. Prestipino, Contract Specialist; Email address: catherine.prestipino@vb.socom.mil.

Quotes must be received no later than 1:00 PM. Eastern Standard Time (EST) on 19 July 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Ms. Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Ms. Prestipino at catherine.prestipino@vb.socom.mil. or phone (757) 862-9467 or fax to (757) 862-0809.

Set-Aside: Total Small Business Place of Performance: 1636 Regulus Drive Virginia Beach, VA 23461 US URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0252/listing.html
OutreachSystems Article Number: 130704/PROCURE/1050
Matching Key Words: film?; produc*; train*; you; website; business*; event?; commercial?; 


Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

R — Journalists & Stringers for English and Foreign Language News POV-FY-13-Q4-R 093013 Brenda Dade, Phone 2023827853, Email bdade@bbg.gov – James M McGuirk, Procurement Analyst, Phone (202) 382-7840, Fax (202) 382-7854, Email jmcguirk@ibb.gov ;
p;
U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, video journalism, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean,Broadcasting Board of Governors Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians,Video Switchers, Audio Technicians, Lighting Directors, TV Technical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, VideotapeRecording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world). Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.

Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.

The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.

Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.

All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their writtenstatement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance radio and/or television assignments with the VOA in Washington, DC or overseas, submit written inquiries for additional information and/or   technicalproposals to the Voice of America (VOA), Attention: Ms. Margaret O’Lear, VOA, Room 3137-C, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address, maolear @voanews.com; and (b) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/ortechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov .   Any written inquiries and/or technical proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the September 30, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q4-R/listing.html
OutreachSystems Article Number: 130704/PROCURE/1115
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical; 


Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

Broadcasting Board of GovernorsT — Contractors for News Broadcasting Services POV-FY-13-Q4-T 093013 Brenda Dade, Phone 2023827853, Email bdade@bbg.gov – James M McGuirk, Procurement Analyst, Phone (202) 382-7840, Fax (202) 382-7854, Email jmcguirk@ibb.gov ;
p;
The U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), Voice of America (VOA), and Office of Cuba Broadcasting (OCB) are seeking qualified individuals for free-lance Radio, Television, Internet, and/or Multi-Media English and/or foreign language news broadcasting assignments in Washington, DC; Miami, FL; and various overseas locations that are not serviced by full-time VOA and/or OCB staff correspondents. Assignment areas include script writing, editing, on-air announcing, technical and production services, photo editing, video journalism, graphic illustrating, producing programming using state of the art multi-media platforms, and audience mail analysis. The VOA broadcasts in English and other languages. These languages are as follows: Afan Oromo, Albanian, Amharic, Armenian, Azerbaijani, Bangla, Bosnian, Burmese, Cantonese, Creole, Croatian, Dari, French, Georgian, Greek, Hausa, Indonesian, Khmer, Kirundi, Kinyarwanda, Korean, Kurdish, Lao, Macedonian, Mandarin, Ndebele, Pashto, Persian, Portuguese, Russian, Serbian, Shona, Somali, Spanish, Swahili, Thai, Tibetan, Tigrigna, Turkish, Ukrainian, Urdu, Uzbek and Vietnamese. VOA is seeking qualified sources for the following types of free-lance assignments: Radio-TV Broadcast Announcers, Narrators and Personalities, Researchers, Writers, Producers, Editors, Desk Coordinators, Directors for Television, Radio and TV Production Assistants, Television Makeup-Artists, Master Control Producers, TV Master Control Technicians, Television On-Camera Talent (i.e., Program Moderator, Anchor, Host), General Studio Technicians, Video Switchers, Audio Technicians, Lighting Directors, TVTechnical Support Maintenance Technicians, Non-English Language Translators, Narrators, Videotape Editors, Videotape Recycling Technicians, Videotape Recording Technicians, TV Mini-Cam Technicians, Studio Technician Director, Video Researcher/Catalogers, Camera Operators, Character Generator Operators (Chyron), TV/Radio Bookers, Promo Producer/Editors, Audience Mail Assistants (respond to incoming letters/emails from VOA Listeners around the world), and Electronic Graphic Artists. In addition, VOA is also interested in Internet Writers, Editors, Web Designers and Graphic Designers. Furthermore, the BBG’s Office of Cuba Broadcasting (OCB), which broadcasts radio and television programming in Spanish to Cuba, is seeking qualified sources for similar free-lance assignments on the same “as-needed” contract basis as VOA, but with OCB’s free-lance work assignment locations being Miami, FL or at overseas locations. The following general information pertains to all of the above-listed VOA and OCB free-lance assignments: 1) Assignments are performed on a contract basis. 2) Most VOA assignments require working in Washington, DC; while some assignments require working at IBB studios at overseas locations. Most OCB assignments require working in Miami, FL; while some assignments require working at overseas locations. 3) Contractor candidates may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive work assignments. 4) Contractor candidates must be willing to work on an “as-required” basis, depending upon the VOA’s or OCB’s broadcasting needs. Some broadcasting activities require working irregular hours – such as very early in the morning or late in the evening – depending on the broadcasting schedule. 5) Videotape editor candidates should have at least two (2) years experience as a videotape editor in either a commercial or Government television production facility, utilizing modern computerized editing systems and videotape machines. 6) Free-lance assignments are contracted for strictly on an “as needed” basis. The VOA and OCB make no guarantees on the amount of work assignments that contractors can expect to receive. 7) The Government is obligated to inspect all contractors performed work to insure that it fully satisfies the Government’s requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements.

Contractors should note that all work shall be performed in accordance with the standards prescribed in the attached “VOA Journalistic Code”. Failure to comply with these legally mandated standards may result in immediate termination of the contract for default.

The following criteria, depending on the type of broadcasting services being contracted, are used as appropriate by VOA and OCB to evaluate prospective contractors: (1) Radio or television broadcast or Internet news experience, including translating and adapting broadcast scripts. Please specifically note that for broadcasting work, the VOA requires that prospective contractors take a voice and writing test. For translation or camera work, VOA requires that prospective contractors take a translation and/or on-camera test; (2) Extensive knowledge of the target broadcast language(s) and the ability to adapt English material into the target language; (3) Ability to produce work that demonstrates a keen knowledge of national and international issues; (4) Ability to explain complex issues in clear, logical terms that can be understood by VOA’s and OCB’s worldwide audiences; (5) Ability to operate highly specialized and complex broadcast television equipment, such as audio consoles, character generators, wave-form monitors and vectorscopes, and videotape machines; (6) Highly developed production skills, such as: assembling/coordinating material, monitoring program segments for proper sequencing and integration, ensuring continuity, editing broadcast scripts as necessary, etc. ; (7) Ability to research, select, and prepare material to provide background and highlight key elements of VOA or OCB web news reports, prepare and encode multimedia enhancements, and either prepare or request and coordinate the preparation and encoding of additional streamed media, and ensure compliance with copyright restrictions; (8) Documented knowledge (i.e., education/training and/or practical experience) of the principles and practices of journalistic writing, editing, and Internet publishing; (9) Computer skills required; (10) Ability to operate a wide variety of digital broadcast equipment; and (11) Ability to read and analyze incoming correspondence to determine information requested and prepare a responsive and personalized respond.

Prospective contractors are hereby notified that the basis for award will be based on best value; with technical evaluation factors (i.e., strength of prospective contractor’s resume, approach to performing work) being more important than the prospective contractor’s proposed hourly price. Contractors shall submit their price proposals based on an hourly and/or an assignment basis.

All sources interested in and believe that they have the experience and capabilities to perform one or more of the above-stated free-lance Assignment/Task Orders that are issued under a contract basis with one or more of the above-stated BBG organizations (VOA) at their respective Washington, DC; Miami, FL (for OCB); or overseas locations may submit written inquiries for additional information and/or submit their writtenstatement(s) of interest, technical qualifications, desired rate (hourly or per assignment), and pertinent experience for proposing to contract for one or more of the above-listed free-lance assignments with the appropriate BBG organization(s) as follows: (a) For free-lance radio and/or television assignments with the VOA in Washington, DC or overseas, submit written inquiries for additional information and/or   technicalproposals to the Voice of America (VOA), Attention: Ms. Margaret O’Lear, VOA, Room 3137-C, Cohen Federal Building, 330 Independence Avenue (SW), Washington, DC 20237, email address, maolear@voanews.com ; and (b) For free-lance radio and/or television assignments with the Office of Cuba Broadcasting’s (OCB) Radio and/or TV Marti in Miami, FL or overseas, submit written inquiries for additional information and/ortechnical proposals to OCB, Attention: Ms. Mary Ann Amps, OCB/A, 4201 NW 77th Avenue, Miami, FL 33166, email address: mamps@ocb.ibb.gov .   Any written inquiries and/or technical proposals responding to this Public Notice may be submitted to the above-listed respective VOA-TV and/or OCB POCs at any time up to the September 30, 2013 expiration date of this Public Notice. This Notice is not a RFQ, RFP, or IFB.
URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/POV-FY-13-Q4-T/listing.html
OutreachSystems Article Number: 130704/PROCURE/1121
Matching Key Words: video*; edit*; produc*; train*; web; education*; produce?; production?; commercial?; videotap*; video; serv*; naics!711510; writ*; script?; technical; 


Department of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street Job Corps Acquisition Support Branch Golden CO 80401

U — Urban Forestry Instructor Services – Great Onyx Job Corps Center AG-82A7-S-13-0073 071213 Jenney Rockman, Contract Specialist, Email jrockman@fs.fed.us Urban Forestry Instructor Services – Great Onyx Job Corps Center.  Currently seeking sources for market research purposes that are able to provide600px-US-DeptOfAgriculture-Seal2.svg urban forestry instructor service as described in the attached request for information.
Place of Performance: Great Onyx Job Corps Center 3115 Ollie Ridge Road Mammoth Cave, KY 42259 US URL: https://www.fbo.gov/notices/30be9326f01b6311f76168f50271ce87
OutreachSystems Article Number: 130704/PROCURE/1122
Matching Key Words: state!ky; 


Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

600px-National_Guard_Logo.svgR–Please see the Pre-Solicitation for the ARNG Advertising Single Award ID/IQ attached, and see NOTES below under quote mark DESCRIPTION quote mark
W9133L-13-R-0019 071913 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support Update 1:
NOTES: Although this Pre-Solicitation is in a Draft format, the Government intents to make an award NLT the end of the current fiscal year. This is the best and pre-final copy. we are planning to have the official solicitation in about a week or two. Therefore, should there be any changes/updates should be minor. any updates will be posted as soon as possible. we are still expecting to close this solicitation on/about August 2, 2013. we will have a very short timeline for award and Q&A. Please have your questions ready as soon as possible. we will close for Q&A on/about July 19, 2013.
__________________________________________________________________________

The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.

Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA 22204 US URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-13-R-0019/listing.html
OutreachSystems Article Number: 130704/PROCURE/1286
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 


Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA

R–NCEA-On-Site Information Management Services-Cincinnati SOL-CI-13-00022 071713 Michael D. Kreacic kreacic.michael@epa.gov United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office.
The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. Provide Technical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services
2. Provide Technical Services for the Technical Information Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct606px-Environmental_Protection_Agency_logo.svg Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services
3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing
The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013.
This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods.
Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a sizestandard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov.
Set-Aside: Competitive 8(a) Place of Performance: ORD/OSIM-CINUS Environmental Protection AgencyORD Office of Scientific Info Mgmt26 West Martin Luther King Dr.Mail Code: W136ACincinnatiOH45268USA 45268 USA URL: https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00022/listing.html
OutreachSystems Article Number: 130704/PROCURE/1301
Matching Key Words: writ*; technical; standard; 

FedBizOpps – Awards

General Services Administration, Federal Acquisition Service (FAS), Greater Southwest Acquisition Center (7QSA),

140px-US-GeneralServicesAdministration-Logo.svgR — Advertising and Integrated Marketing Solutions (AIMS) 7FCB-H2-070541-B Rose R. Tucker 817-850-8140 GS07F316AA $125,000 071213 541 4B,541 1000 PYRAMIDE PRODUCTIONS, INC. 4078 148TH AVE NE REDMOND WA USA 98052-5165 No Description Provided
URL: https://www.fbo.gov/notices/797dcbecc42617da1aa0878bf5b24e39
OutreachSystems Article Number: 130713/AWARDS/0554
Matching Key Words: naics!512110; 

Department of Veterans Affairs, VA Western New York Health Care System, Department of Veterans Affairs Western New York Health Care System, VISN 2 – NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road, Suite 3500;Cheektowaga, NY 14227

U–SAW (School at Work) Career Development Program VA52813AP3492 Michelle A. Harsch Contract Specialist Michelle A. Harsch, Contract Specialist VA528-VA13-C-0120 $140,251.44 070813 n/a CATALYST LEARNING COMPANY;310 W LIBERTY ST STE 403;LOUISVILLE;KY;402023020 No Description Provided
URL: https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/Awards/VA528-13-C-0120.html
OutreachSystems Article Number: 130712/AWARDS/0905
Matching Key Words: state!ky; 

Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300 Washington DC 20237

Broadcasting Board of GovernorsR -- Trainers for International Broadcasters BBG50-R-12-0100 Myria Carpenter, Fax 2023827870, Email mecarpen@bbg.gov – Herman P Shaw, Contracting Officer , Fax 202-382-7870, Email hshaw@bbg.gov SeeBelow $0.00 070813 SeeBelow
The following Contractors were awarded Blanket Purchase Agreements under

Solicitation No. BBG50-R-12-0100.

Contract No.:BBG50-A-13-0423

Contractor Name: McMillon Communications

Contractor Address: 12092 Argyle Circle

Washington DC 20744

Courses: Studio Skills Practicum for Anchors and Hosts; Television Makeup and Wardrobe for Anchors and Reporters and Journalism on the Internet. All courses were accepted to be taught as either mini, half-day and full day.

Contract No.:BBG50-A-13-0523

Contractor Name: Deborah Potter

Contractor Address: 5510 Western Avenue

Chevy Chase MD 20815

Courses: Delivering Effective Stand-Ups and Live Shots; Hosting a Show: Becoming an Interesting, Effective Television Interviewer; On-Camera Studio Skills: Sounding Conversational; Covering Traumatic Events; Hosting a Show: Becoming an Interesting, Effective Radio Interviewer; Radio On-Air Skills: sounding Conversational; Broadcast Journalism Refresher workshop; Writing Effective Radio Scripts; writing Effective Television Scripts; Media WritingWriting to Video; Storytelling; Facebook and Journalism and Twitter and Journalism.   All courses were accepted to be taught as either mini, half-day and full day.

Contract No.:BBG50-A-13-0570

Contractor Name: Oratorio Inc.

Contractor Address: 1126 16th Street NW Suite 250

Washington DC 20036

Courses: Covering Conferences; Radio Clocks, Run-downs; Advanced Radio Production; Audio Editing; Radio Studio Procedures and Coordination; Radio Team Leadership Skills and Radio Studio Communications and Cues. All courses were accepted to be taught as either mini, half-day and full day.

The following classes will not be awarded as this time:

Reporting with new technologies such as Skype I-phone and etc.

Backpack journalism

Final Cut X

Internet headline writing

Web content writing

Integration of audio, video to internet stories

Reporting/developing content for mobile devices

Website development

Basic HTML

CCs

Flash

HTML 5

Basic Shooting: Framing and composition

Basic Shooting: Shutter speed and aperture

Natural lighting and basic flash

Photoshop

Intermediate photography

Advance photography

Photography for Journalists

Photography using new media such as Iphone and Ipads

URL: https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-12-0100/listing.html
OutreachSystems Article Number: 130711/AWARDS/0897
Matching Key Words: broadcast*; event?; train*; writ*; script?; 

FedBizOpps – Surplus

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

99 — Sale of Scrap Ammunition Containers QRP13-0013a 071213 Bridgette Caico, Shipping Sales and Receiving clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel Pearman, Chief QRP Branch, Phone 502-624-5026, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort KnoxDepartment of the Army Qualified Recycle Program is issuing an invitation for non-exclusive sale of scrap ammunition containers. The duration of this is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date and enter all of the required information in your bid. Send your bid to Daniel Pearman or Bridgette Caico by fax: 502-624-5672 or by email at Bridgette.r.caico.naf@mail.mil. Respond due date is a 2pm Eastern Standard Time.
Please call Fort Knox QRP, if you have any questions or concerns. All Bids are welcome.
The contract performance location is bldg 2951 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 2951 Frasier Rd. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP13-0013a/listing.html
OutreachSystems Article Number: 130709/SURPLUS/0660
Matching Key Words: state!ky; 

Department of the Army, Non-Appropriated Funds, Army & Air Force Exchange Service, 3911 S. Walton Walker Blvd. Dallas TX 75236-1598

Department of the Army99 — Sale of Post Consumer Pallets QRP14-0002 071013 Bridgette R Caico, Shipping, Sales and Receiving clerk, Phone 502-624-5026, Fax 502-624-5672, Email bridgette.r.caico.naf@mail.mil – Daniel G Pearman, Program Manager, Phone 502-624-5673, Fax 502-624-5672, Email daniel.g.pearman.naf@mail.mil The Fort Knox Qualified Recycle Program is issuing an invitation for a non-exclusive sale of post consumer pallets. The duration of this agreement is for 1 year.
Please open the attached document on this posting for the sale solicitation/agreement that is required for bidding. Sign, initial each page in the designated field, date, and enter all of the required information on your bid. Send your bid to Bridgette Caico or Daniel Pearman at Bridgette.r.caico.naf@mail.mil or by fax 502-624-5672. Respond due date is July 10 2013 at 2pm Eastern Standard Time.
Please call the Fort Knox QRP if you have any questions or concerns. All bids are welcome.
The contract performance location is at bldg 2962 Frasier Rd. Fort Knox Ky 40121
Bridgette Caico
Shipping, Sales, and Receiving Clerk
Fort Knox Qualified Recycle Program
Phone- 502-624-5026
Fax- 502-624-5672
Place of Performance: 2962 Frasier Rd. Fort Knox, KY 40121 US URL: https://www.fbo.gov/spg/USA/NAF/AAFES1/QRP14-0002/listing.html
OutreachSystems Article Number: 130704/SURPLUS/2063
Matching Key Words: state!ky; 

FedBizOpps – Special Notes

Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

R–ARNG TRADITIONAL ADVERTISING PROGRAM W9133L13R0019 Ellieth Rodriguez, 703-601-4378 National Guard Bureau, Contracting Support NOTES: Although this Pre-Solicitation is in a Draft format, the Government intents to make an award NLT the end of the current fiscal year. This is the best and pre-final copy. we are planning to have the official solicitation in about a week or two. Therefore, should there be any changes/updates should be minor. any updates will be posted as soon as600px-National_Guard_Logo.svg possible. we are still expecting to close this solicitation on/about August 2, 2013. we will have a very short timeline for award and Q&A. Please have your questions ready as soon as possible. we will close for Q&A on/about July 19, 2013.
__________________________________________________________________________

The ARNG National Guard Bureau contracting office intents to issue a commercial solicitation on/about May 15, 2013 for Traditional Advertising Services in support of the Army National Guard Recruiting and Retention. This will be a Full and Open Competition posted on FedBizOpz. The Government will issue one single award ID/IQ with a period of performance of one year and two option years. Current incumbent is Laughlin and Marinaccio & Owens Inc. Current contract has reached the end of the fourth option year. Current period of performance ends September 30, 2013; the Government intents to have a transition period starting in August 2013.
The Government intents to conduct an industry day at NGB headquarters in Arlington VA on/about May 23, 2013; further details will be posted with the solicitation. No questions will be answered before that date. Solicitation will be posted under NAICS Code 541810, 512110, 541860, 541830, and 541850.
Please note that the government is seeking highly specialized skills and experienced personnel in traditional advertising, therefore, vendors without the skills or experience in traditional advertising need not apply. No partial proposals will be accepted. No prior military experience or National Guard experience is required.
Contract Type:
This will be a firm-fix price with Time and Material (T&M) reimbursable ODCs CLINs. The Army National Guard Bureau will award a single award (ONE) indefinite delivery/indefinite quantity contract for advertisingproducts and services as specified in each individual Task Orders. The contract will have a 12-month base period plus two (2), 12-month option periods. The contract will be awarded to a single prime contractor. Historically, as many as 75 Task Orders over a five-year period have been issued to the awardee for these services. The value of the Task Orders issued under the current contract has ranged from $3,200 to $30 million. The primary objective of this contract is to satisfy current and emerging advertising needs tailored to addressed recruiting and retention target groups. Evaluation criteria will be based on BEST VALUE.

Scope of Work:
Contractor must provide all necessary management, supervision, manpower, materials, supplies and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the National Guard national advertising objectives.

The Contractor shall provide services that support completing requirements set forth in individual Task Orders. These services may include but are not limited to: the preparation of written text, artwork, graphics, radio and television commercials, and other creative work, as well as placing the creative work in magazines, newspapers, pamphlets, and brochures on traditional and emerging media avenues (online and off-line). The Contractor may be required to assess the educational needs of a target audience, compare them to the needs addressed by current public information sources, and address any follow-on efforts that are required. These services may also include providing direct support for the writing and editing of materials, which may include video, radio, television, public service announcements, appropriate voice-over talent, pamphlets, brochures, leaflets and web/social media pages/sites/ad materials

The Contractor shall provide advertising services, on a Task Order basis, that are both national and local in scope. Projects will include, but shall not be limited to: TV and radio materials development and production, web-based media, social media site development and maintenance, web-based applications development and other audiovisual materials production; market and creative research; direct marketing; lead processing/fulfillment/database operations and analysis; print production; placement of paid media; strategies for paid and organic search engine marketing, search engine optimization services, photography and motion filming; public relations; management of marketing sponsorship programs and

tie-ins. Additionally, Contractor shall oversee all aspects of development/production of materials related to marketing sponsorship programs and tie-ins, coordination with other advertising stakeholders and contract holders on an as-needed basis and with respect to application of current campaign style standards and approved photography produced by Contractor. The Contractor shall ensure, to the extent advisable and with the exception of broadcast materials featuring professional talent (typically for voice-over and/or music), all materials developed are the sole intellectual property of the government and can be reproduced, altered, localized, promoted and distributed by the government at will and into perpetuity.
Authorized government representatives, including the Contracting Officer’s Representative (COR), will be identified and/or appointed under the basic contract award or at the Task Order level.

An update will be provided with the posting of the solicitation scheduled on or about May 15, 2013.
Contracting Office Address:
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
Place of Performance:
National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S. George Mason Drive Arlington VA
22204
US
Point of Contact(s):
Ellieth Rodriguez, 703-601-4378

URL: https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L13R0019/listing.html
OutreachSystems Article Number: 130704/SPECIAL/2124
Matching Key Words: video*; edit*; produc*; web; site?; page?; education*; produce?; production?; distribut*; commercial?; video; audiovisual; serv*; filming; naics!512110; 

Other Federal Procurements (Small)

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — RFQ-DC-13-00087 Student Services Contract SOL RFQ-DC-13-00087 Description REQUEST FOR QUOTE # RFQ-DC-13-00087 ANNOUNCEMENT FOR STUDENT SERVICES CONTRACTS U.S. Environmental Protection Agency Office of Research and Development National Exposure Research Laboratory SECTION I: GENERAL INFORMATION This solicitation is being issued pursuant to the personal services contracting authority granted by Congress in the Consolidated Appropriation Resolution for 2003 (P.L. 108-7). A firm-fixed-price purchase order will be issued to the successful student or recent graduate selected for the position. The base period of performance for this purchase order is for a period of twelve months with the option to extend the contract for two periods. Each option period is for a period of twelve consecutive months. This solicitation includes the following four attachments: ATTACHMENT 1 – Statement of Work (SOW) and Associated Attachments ATTACHMENT 2 – Evaluation Factors ATTACHMENT 3 – Student Proposal Form ATTACHMENT 4- Applicable Clauses ? Additional Terms and Conditions of the Order In an effort to clarify the terms student and recent graduate, the definitions of each are provided below. A student is an individual, at least 18 years of age, who is enrolled, in good standing, in a degree program (actively seeking a degree) at a recognized educational institution. A student is not required to carry a full course load, as long as the individual is a bona fide student, not merely someone who signed up for a class in order to work under these contract arrangements. A recent graduate is an individual, at least 18 years of age, who has graduated with a degree from a college or university within the last year for baccalaureate and master?s degree recipients or two years for post doctoral degree recipients. The Government will make contract award based on evaluation factors other than price which will consider the following: Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months experience using general laboratory skills and keeping laboratory notebooks. (Attachment 2). Submissions in response to this solicitation must be submitted on or before 4:30 p.m. EST, Monday, July 29, 2013 via e-mail to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov. All email submissions must have ?RFQ-DC-13-00087? in the subject line. Late submissions will not be considered eligible for award and incomplete submission may not be considered at the Contracting Officer?s discretion. No telephone inquiries will be accepted in response to this solicitation. All questions must be writing to Contracting Officer Percy Jackson at jackson.percy@epa.gov and Contract Specialist Dionne Wright at wright.dionne@epa.gov. Prior to applying for this position, applicants are encouraged to visit the following web page to access information related to this announcement:http://www.epa.gov/oam/srpod/. Please follow the link located under the ?Announcements? header, entitled ?RFQ-DC-13-00087??Student Services Contract? and review all of the attached documents. You are encouraged to visit this webpage periodically to check the status of this announcement and to see whether or not any amendments (changes to the requirement of the posted position) have been issued. Foreign national students are required to fulfill all of the requirements outlined in the eligibility section of this announcement. SPECIAL NOTE: Upon receipt of the contract award, the student contractor must go immediately to link http://cdx.epa.gov and register with the Central Data Exchange (CDX) and complete the iBoard application. The student contractor must enter the COR as the point on their iBoard application. The student contractor should notify the COR when they have completed their iBoard application. The student must complete iBoard before beginning work. The contract may be terminated if the background check reveals a risk to the interest of the U.S. Environmental Protection Agency and national security. In addition, the individual(s) selected will be required to register with System for Award Management (SAM) and Dun & Bradstreet to obtain a Data Universal Number System (DUNS number) or DUNS +4 number. To obtain a DUNS number, students or recent graduate contractors can call Dun & Bradstreet 1-866-705-5711 or contact D&B at http://www.dnb.com. To register with SAM, contractors can call 1866-606-8220. There is no charge to register for DUNS or SAM. In addition, students or recent graduates who have been selected for this position will be required to sign an Acknowledgement of Special Terms before work can begin and are subject to these terms as outlined in Attachment 4 of this solicitation. Application Package Checklist for Applicants Submissions in response to this announcement MUST include the following: ? Resume or Statement of Qualification (not to exceed 2 pages) ? Completed Student Proposal Form (refer to Attachment 3) ? Copy of college/university transcripts (unofficial copies are acceptable, if it is apparent from the transcript copy that is a copy of an official document and that the school is identified) ? Three letters of Recommendations (not to exceed 2 pages per letter ) ? Hourly Rate Certification (refer to Attachment 3) Failure to submit the required documents may be determined nonresponsive and eliminated from consideration. SECTION II: ANNOUNCEMENT DETAILS OF THIS ANNOUNCEMENT Location: Research Triangle Park, North Carolina Required Level of Education Master of Science in Chemistry, Environmental Science, Toxicology, Chemical Engineering, or a related field of study Anticipated Start Date: August 2013 Rate of Pay: $29.35 Total Hours Per Week: Maximum of 40 hours per week Response Date: July 29th, 2013 4:30 pm EST The mission of the U.S. Environmental Protection Agency (US EPA) is to protect human health and the environment. This mission is accomplished by conducting leading-edge research and fostering the sound use of science and technology. The Method Development and Application Branch (MDAB) of Human Exposure and Atmospheric Sciences Division (HEASD), National Exposure Research Laboratory (NERL), Office of Research and Development (ORD) at the U.S. Environmental Protection Agency (EPA) is seeking individuals, at least 18 years of age who have completed a Master of Science (M.S.) degree program in an environmentally related discipline such as chemistry, environmental science, toxicology or chemical engineering to provide services under a contractual agreement to assist in a project, which deals with characterizing inorganic metals and the bioavailability of these metals. The student must have laboratory training and experience including methods development for toxic metals and analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS). Note: Students or recent graduates, who are EPA ORD employees, or the spouse or child of an EPA ORD employee, are not eligible to participate. 1. Project Description EPA is conducting research on bioavailability approaches to better characterize human exposures to inorganic metals and metalloids. Once these methods have been developed and applied appropriately, these methods can pro vide reliable data needed to evaluate exposure to these elements. This work will broadly include laboratory work, data reduction and interpretation, literature review, and interfacing with experts in the respective technical specialties. More specifically, the tasks associated with this position include methods development for inorganic metals and analysis of extracts using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS). Resulting data will be entered into laboratory database and reports generated. Data generation will also include performing literature researches for scientific journals and entering these journal articles into an Endnote database. 2. Required Knowledge, Skills, Work Experience/Education The student must have completed a Master of Science (M.S.) degree program in chemistry, environmental science, toxicology, chemical engineering, or a related field of study. The student contractor is required to have laboratory training and experience including methods development for inorganic metals and metalloids, analysis of extracts and samples using analytical equipment such as Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Graphite Furnace Atomic Absorption (AA), Dynamic Light Scattering (DLS), and development of data to assess the potential bioavailability of inorganic metals. For Statements of Work involving work in a laboratory, the student contractor will need to know basic safety requirements in the laboratory and will be given additional safety training at the laboratory. 3. Estimated Number of Work Hours This initial contract will be for 12 month. The student contractor will work no more than 40 per week. This contract will not exceed 1,928 hours for the period of performance of 12 months. There will be two options for the work to continue an additional 12 months each, at 1,928 hours each. The US EPA reserves the full right to exercise these options. If the Government elects to exercise this option, it will do so no more than 60 prior to the expiration of the current period of performance. 4. Approximate Start and End Dates This contract is to begin on or about August 2013. The contract duration will be for 12 consecutive months. There will be two options for the work to continue an additional 12 months each at 1,928 hours each. The US EPA reserves the full right to exercise each option. 5. Evaluation Factors to be Used to Evaluate Resumes The Government will make the contract award based on the following items; Number of months of hands on experience with inorganic metal extraction procedures (including preparing chemical stock solutions and dilutions); Number of months of hands on experience with development of methods to assess the potential bioavailability of metals; Number of months of hands on experience with inorganic metals analysis of extracts and samples using analytical equipment such as i) Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES), ii) Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), iii) Graphite Furnace Atomic Absorption (AA) and iv) Dynamic Light Scattering (DLS); Number of months experience conducting descriptive statistical analyses (i.e., mean, standard deviation, minimum, maximum, median, etc); Number of months experience assisting in preparation of public presentations, reports, abstracts; and Number of months experience using general laboratory skills and keeping laboratory notebooks. (Attachment 2). 6. Hourly Rates Applicable The hourly rate for this position is $29.35, which is commensurate with the minimum required level of education and experience. Student contractors will be paid the basic hourly rate only for the number of hours worked and do not receive overtime premium. Working hours are Monday through Friday 8 am to 5:00 pm. Student contractors are not permitted to work on Federal holidays or weekends. Student contractors do not accrue leave or holiday benefits and are not paid for any non-work days, regardless of the reason. Federal, State, Local, and Social Security taxes will not be withheld; student contractors are responsible for reporting income to authorities and paying all taxes. Student contractors are responsible for all costs of transportation to and from the principal duty station location. EPA does not provide housing, meals or other living expenses while working at the principal duty station. 7. Principal Duty Location The primary duty location is U.S. EPA, 109 T.W. Alexander Drive, North Carolina, 27711. 8. Resume and Other Application Requirements Interested students and recent graduates shall provide a one or two page resume or statement of qualifications, including a copy of the transcripts and documentary evidence from USCIS, if applicable. In addition to the resume and transcripts, individuals applying to this announcement must complete Attachment 3 of this solicitation, entitled ?Student Proposal Form? and submit as a part of their application package. Students must also submit a statement certifying the student accepts hourly rate of is acceptable for the duration of their employment. A student or recent graduate is strongly encouraged to submit three letters of recommendation however only two are required. These letters may be from an academic advisor, major professor, or other professional associate familiar with the applicant?s skills and performance. Foreign National students must submit the required documents outlined in the eligibility section of this announcement. 9. Deadline and Address for Submission of Resume and Application Materials The deadline for submission is 4:30p.m.EST, July 29th, 2013. 10. Number of Awards Projected This is only for a single student position. Only one position will be awarded. 11. Eligibility Eligible student contractors must be a student or recent graduate (within the past year for baccalaureate and master?s degree graduates and within two years for postdoctoral graduates) The student or recent graduate shall have completed all requirements for a Master of Science in chemistry, environmental science, toxicology, chemical engineering, or a related field of study. Non-U.S. citizens may be eligible to participate, depending on their immigration status and the applicable regulations of the Bureau of Citizenship and Immigration Service (BIS), formerly known as the Immigration and Naturalization Service. All non-US citizens must submit, as part of their proposal package, evidence of their immigration status that allows them to work in the United States. Students should possess a current U.S. Visa and be able to obtain U.S. work authorization in a timely manner if offered a contract. Students without a current valid U.S. Visa are not eligible. Academic degrees fulfilled outside of the United States must be judged to be equivalent to that achieved in accredited U.S. education programs in order to be acceptable for this contract. More information about the evaluation of foreign education can be found at the U.S. Department of Education’s web site at http://www2.ed.gov/about/offices/list/ous/international/usnei/us/edlite-visitus-forrecog.html. If applicable, applicants shall submit all necessary documents to a recognized private U.S. organization that specializes in interpretation of foreign educational credentials, usually named a credential evaluation service. To be suitable, the foreign credential evaluation must include and describe (i) type of education received by the applicant (i.e., conventional, by mail, or online), (ii) degree of education relative to the U.S. education system, and testify that its comparability recommendations follow the general guidelines of the U.S. National Council for the Evaluation of Foreign Educational Credentials, (iii) the content of the applicant’s educational program earned abroad and the standard obtained, (iv) the ranking of the awarding foreign schools? credit and authenticity in its own country’s education system, (v) what the evaluation service did to obtain this information, (vi) the qualifications of the evaluator, and (vii) any indications as to other concerns such as falsification. Foreign credential evaluations that do not include all the above information or indicate there is not enough information on which to make a sound evaluation will not be accepted. 12. Required Background Investigation and Suitability Determination: Student contractors awarded a contract must undergo a background investigation, a check of FBI fingerprint files, and a suitability determination by the Environmental Protection Agency. Using the HPSD-12 Contract People Template found at http://epa.gov/oam, student contractor will electronically submit information to the Contracting Officer’s Representative immediately upon contract award. In addition, the student contractor must review and complete the requirements outlined in Attachment 1 to Work Statement before beginning work on-site at the EPA. The student may begin work once the background investigation has commenced. If a background check reveals information to indicate the student contractor represents a risk to the interests of EPA and the national security, the contract may be terminated. Overview Reference number: RFQ-DC-13-00087 Issue date: 07/11/2013 Response due: 07/29/2013 04:30 PM ET Set Aside: N/A NAICS: 812990-All Other Personal Services PSC / FSC: R497-SUPPORT- PROFESSIONAL: PERSONAL SERVICES CONTRACTS Agency: EPA Contracting office: SRRPOD US Environmental Protection Agency Ariel Rios Building 1200 Pennsylvania Avenue, N. W. Mail Code: 3805R Washington, DC 20460 Place of Performance: Contact: Percy Jones Phone: Fax: Email: Jones.Percy@epa.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130712/SMALL/5014
Matching Key Words: documentar*; 

U.S. Small Business Administration http://web.sba.gov/subnet/search/dsp_search_option.cfm SBA-SUB-Net; Contact information is included with each sub-contracting bid.

sba logoT — As part of the United States Agency for International Developmen SOL US0344-RFP-2013-07 As part of the United States Agency for International Development’s (USAID) foreign assistance to the Government of Haiti under the Improving Health Infrastructure (IHFI) project, Tetra Tech ES, Inc. (Tt) is soliciting proposals from eligible firms for video production services. The selected firm or consultant will work closely with Tt to develop a video highlighting the IHFI program, including its training program, facility energy installations, institutional support and their impacts. The video should include but not be limited to: footage of the country, backup power systems, laboratories, interviews with hospital administrators and technicians and technician training workshops. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130710/SMALL/2899
Matching Key Words: video*; produc*; train*; production?; 

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

R — NCEA-On-Site Information Management Services-Cinci SOL SOL-CI-13-00022 Description A. Submission of Proposals 1. Do not submit proposals through Fed connect. 2. All proposals shall be submitted as described in Clause L-15 LOCAL CLAUSES EPA-L-36-101 PROPOSAL INSTRUCTIONS. B. Solicitation and Amendments 1. Solicitation SOL-CI-13-00022 and all amendments will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). See Cincinnati website, http://www.epa.gov/oam/cinn_cmd for the solicitation and amendments 2. It is the responsibility of interested offerors to frequently check FedBizOpps and the EPA website address for updates or changes. (end amendment 3 text) United States Environmental Protection Agency (US EPA), Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA), seeks a contractor to provide On-Site Information Management Services for its Cincinnati Office. The services to be performed include: 1. Operate NCEA Information Centers 1.1. Provide Responses and Track NCEA Center Requests 1.1.1 Superfund Health Risk Technical Support Center (STSC) 1.1.2 Ecological Risk Assessment Support Center (ERASC) 1.2. ProvideTechnical Services to NCEA in the Development and Preparation of Reports and Written Responses to Center Requests 1.3. Records Maintenance for Center Services 2. Provide Technical Services for the TechnicalInformation Unit (TIU) 2.1. Develop Records Management Products 2.2. Verify Reference Citations 2.3. Conduct Records Inventories 2.4. Services for Central Filing Areas 2.5. Freedom of Information Act (FOIA) 2.6. EPA Docket System Services 3. Scientific and Technical Product Development 3.1. Word Processing 3.2. Graphics 3.3. Technical/Nontechnical Writing and Technical Editing The successful contractor shall provide all necessary labor, materials, services, equipment and facilities to support the efforts delineated by the Performance Work Statement (PWS). It is anticipated that SOL-CI-13-00022 will be posted to the Cincinnati website, approximately, May 30, 2013. This procurement is a competitive 8(a), small business set-aside and to be awarded in accordance with FAR Part 15. It is anticipated to be a firm fixed price type contract and will have a base period with (4) twelve month option periods. Award is anticipated to be made by September 30, 2013. Solicitation SOL-CI-13-00022 will appear on the internet, and it may be accessed through the EPA’s home page on the World Wide Net (www.epa.gov). It is the responsibility of interested offerors to frequently check FEDBizOpps or the EPA website address for updates or changes. See Cincinnati website,http://www.epa.gov/oam/cinn_cmd for posted draft Performance Work Statement (PWS) for this requirement.- All responsible 8(a) small businesses may submit a proposal which shall be considered by the Agency. No hard copies will be available. The NAICS code is 541614 with a size standard of $14,000,000. The point of contact for this procurement is Michael Kreacic kreacic.michael@epa.gov. Overview Reference number: SOL-CI-13-00022 Issue date: 07/08/2013 Response due: 07/17/2013 04:30 PM LT Set Aside: Competitive 8(a) NAICS: 541614-Process, Physical Distribution and Logistics Consulting Services PSC / FSC: R421-TECHNICALASSISTANCE Agency: EPA Contracting office: CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati, OH 45268 Place of Performance: ORD/OSIM-CIN US Environmental Protection Agency ORD Office of Scientific Info Mgmt 26 West Martin Luther King Dr. Mail Code: W136A Cincinnati, OH 45268 Contact: Michael Kreacic Phone: Fax: Email: Kreacic.Michael@epa.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/SMALL/1900
Matching Key Words: writ*; technical; standard; 

FedConnect https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx FedConnect phone: 800-899-6665 email: support@fedconnect.net

99 — Request for Offers SOL DE-SOL-0005845 Description REQUEST FOR OFFERS FOR THE SALE OF DEPLETED AND OFF-SPECIFICATION URANIUM HEXAFLUORIDE INVENTORIES Overview Reference number: DE-SOL-0005845 Issue date: 07/03/2013 Response due: 08/14/2013 03:00 PM ET Set Aside: N/A NAICS: PSC / FSC: 9999-MISCELLANEOUS ITEMS Agency: DOE Contracting office: EMCBC – Portsmouth-Paducah U.S. Department of Energy Portsmouth-Paducah Project Office 1017 Majestic Drive, Suite 200 Lexington, KY 40513 Place of Performance: Paducah Gaseous Diffusion Plant Paducah, KY Contact: Pamela Thompson Phone: Fax: Email: pam.thompson@lex.doe.gov Vendors conference: Location: Details: For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130704/SMALL/9093
Matching Key Words: state!ky; 


FedBizOpps Grants http://www.grants.gov/ Grants.gov. Contact Center: 1-800-518-4726 or support@grants.gov. Additional contact information is listed in each Grant.

T Video Production SOL 13JD05 The National Institute of Corrections (NIC) is soliciting proposals from organizations, groups, or individuals to enter into a cooperative agreement for a 12-month period to begin no later than September 15, 2013. Work under this cooperative agreement will involve the production of a 20- to 25- minute, high-end broadcast-quality DVD that introduces podular direct-supervision to a varied audience. The DVD will illustrate direct supervision through narration, interviews, graphics, and footage shot in jails. This project will be a collaborative venture with the NIC Jails Division. For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130704/SMALL/9164
Matching Key Words: video*; produc*; production?; 

USABID State and Local Purchases

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Debit Card Services RFP : 1400000007 Office Of The Cont SOL Debit Card Services RFP : 1400000007 Office Of The Controller Jodyi Hall Services NPS Published On : 7/15/13 Amended On : Closing On : 9/4/13 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0015
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

76 – Library Books/Pre-bound Library Books/E-Books SOL 31-13 Library Books/Pre-bound Library Books/E-Books For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0308
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Fayette County Public Schools https://fcps.economicengine.com The Purchasing Office Louie Mack Building Room 101 460 Springhill Drive Lexington, Kentucky 40503

76 – Library Books/Pre-bound Library Books/E-Books SOL Library Books/Pre-bound Library Books/E-Books For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0309
Matching Key Words: age:state!ky; state!ky; 


Virginia – County of Chesterfield http://www.chesterfield.gov/PurchasingBid.aspx?id=12469 Copies of the documents may be requested by phone at (804) 748-1617 or by E-mail to purchasing@co.chesterfield.va.us.

T - Video Production Equipment for Chesterfield County Public School SOL 13-0830 Video Production Equipment for Chesterfield County Public Schools For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130716/BID/0781
Matching Key Words: video*; produc*; production?; 

Maine Public Notices http://me.mypublicnotices.com/PublicNotice.asp Provides public notice advertisements from newspapers throughout Maine.

R – Public Notice State of Maine DepartmentPublic Notice State of Ma SOL Public Notice State of Maine DepartmentPublic Notice State of Maine Department of Labor Public Notice for RFP # 201306561 Claimant and Employer Messaging Videos The State of Maine Department of Labor, Bureau of Unemployment Compensation has a requirement for video design and production services which will result in the final production of seven to ten videos (approximately two to three minutes in length) on different aspects of the unemployment program. In accordance with State procurement practices, the Department is hereby announcing the publication of a Request for Proposals (RFP) #201306561 for the purchase of the aforementioned goods and services. A copy of the RFP can be obtained by contacting the Departments RFP Coordinator for this project: Kelsie M. Lee, Labor Program Specialist. The RFP Coordinator can be reached at the following email address: (Kelsie.m.lee@maine. gov) or mailing address: Maine Department of Labor, Bureau of Unemployment Compensation, Attn: Kelsie Lee, 47A State Station, Augusta, ME 04333-0047. The Department encourages all interested vendors to obtain a copy of the RFP and submit a competitive proposal. Proposals must be submitted to the State of Maine Division of Purchases, located at the Burton M. Cross Office Building, 111 Sewall Street, 4th Floor, 9 State House Station, Augusta, Maine, 04333-0009. Proposals must be submitted by 2:00 pm, local time, on August 15, 2013 when they will be opened at the Division of Purchases aforementioned address. Proposals not received at the Division of Purchases aforementioned address by the aforementioned deadline will not be considered for contract award. Appeared in: Kennebec Journal on Saturday, 07/13/2013 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130714/BID/0155
Matching Key Words: video*; produc*; production?; 

State of Connecticut http://www.biznet.ct.gov/SCP_Search/Default.aspx?AccLast=2 State of Connecticut Procurement, DAS State Contracting Portal, 165 Capitol Avenue, Hartford, CT 06106. (860) 713-5095, (860) 713-7484 (fax).

T – RFP for “Video Production Services” SOL LP071113 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130712/BID/0186
Matching Key Words: video*; produc*; production?; 


Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

R – NEPA Support Services for the Early-Lead Mini Fischer-Tropsch Re SOL UK-1280-14 NEPA Support Services for the Early-Lead Mini Fischer-Tropsch Refinery (DOE Contract # DE-RP52-08NA28016) For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130712/BID/0296
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFP for hearing officers. Multiple contracts will be issued RFP SOL RFP for hearing officers. Multiple contracts will be issued RFP : 1300000318 CHFS – Office Of The Secretary Published On : 7/8/13 Amended On : Closing On : 7/25/13 12:00 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130710/BID/0006
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – RFB-36-14 Bond Forfeiture-Gr IV PBG 13-Lawrence County RFB : 14 SOL RFB-36-14 Bond Forfeiture-Gr IV PBG 13-Lawrence County RFB : 1400000016 Facilities & Support Services Carolyn Turner Construction Published On : 7/5/13 Amended On : Closing On : 7/25/13 10:30 AM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0029
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – Inspector General Provider Training RFB : 1400000014 Of SOL Inspector General Provider Training RFB : 1400000014 Office Of The Controller Daniel Salvato Published On : 7/5/13 Amended On : Closing On : 7/19/13 1:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0030
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 KET Distance Learning Mandarin Chinese Teacher RFP : 13000 SOL FY14 KET Distance Learning Mandarin Chinese Teacher RFP : 1300000410 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0033
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 SOL FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0034
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Legal Services RFP : 1400000004 Secretary Of State SOL Legal Services RFP : 1400000004 Secretary Of State Published On : 7/5/13 Amended On : Closing On : 7/12/13 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130709/BID/0035
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 SOL FY14 KET Distance Learning Spanish 1 Teacher RFP : 1300000409 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130705/BID/0138
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

U – FY14 KET Distance Learning Spanish Conversation Coach RFP : 130 SOL FY14 KET Distance Learning Spanish Conversation Coach RFP : 1300000411 Kentucky Educational Television Published On : 7/5/13 Amended On : Closing On : 7/12/13 4:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130705/BID/0139
Matching Key Words: age:state!ky; state!ky; 


Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Legal Services RFP : 1400000004 Secretary Of State SOL Legal Services RFP : 1400000004 Secretary Of State Published On : 7/5/13 Amended On : Closing On : 7/12/13 3:30 PM EDT For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130705/BID/0140
Matching Key Words: age:state!ky; state!ky; 

Kentucky – Commonwealth of Kentucky, 702 Capitol Ave. Capitol Annex Bldg. – Room 096; Frankfort, Kentucky 40601;(502) 564-4510 https://emars.ky.gov/online/vss/AltSelfService

R – Sponsorship-Triathlon-E.P Tom Sawyer RFP : 1400000002 K SOL Sponsorship-Triathlon-E.P Tom Sawyer RFP : 1400000002 Kentucky Department Of Parks Published On : 7/2/13 Amended On : Closing On : 7/9/13 2:00 PM EDT Time Left: 6 Days, 02:17:54 For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130704/BID/0011
Matching Key Words: age:state!ky; state!ky; 

Kentucky – University of Kentucky http://www.uky.edu/Purchasing/bidlist.htm 322 Peterson Service Bldg.; 411 S Limestone; Lexington, KY 40506-0005; (859) 257-9100

99 – Obsolete Products SOL UK-1279-14 Obsolete Products For more information about this opportunity please contact the buyer directly.
OutreachSystems Article Number: 130703/BID/0311
Matching Key Words: age:state!ky; state!ky; 

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES  BIDS AND PURCHASES

pledge-footer_original


beenetworknews.com           30 seconds
PITISE UNIV
Viewing all 157 articles
Browse latest View live